Loading...
HomeMy WebLinkAboutCAG2023-148 - Original - West Coast Concrete Restoration, LLC - City of Kent Centennial Reseal - 03/09/2023 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: W Agreement Routing Form DirAsst: I/- For Approvals,Signatures and Records Management Dir/Dep: • g` K E N T This form combines&replaces the Request for Mayor's Signature and Contract Cover sL (Optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Leah Bryant Parks, Recreation & Community Services Date Sent: Date Required: > 01/19/2023 ASAP 0 C. Authorized to Sign: Date of Council Approval: Q Mayor or Designee 12/13/2022 Budqet Account Number: Grant? Yes NOW] F20089.64850.9419 Budget?R]Yes E]No Type: N/A Vendor Name: Category: West Coast Concrete Restoration, LLC Contract Vendor Number: I Sub-Category: = 2505275 Other 0 y Project Name: Cit of Kent Centennial Reseal A. Project Details: To provide the following restoration services to the Centennial Center building: pressure wash 0 the entire building, tuck point where needed, caulk where needed to repair existing sealant C and apply a masonry sealer over full exterior of the building, as described in the Scope of Work, attached and incorporated as Exhibit A. C Go Basis for Selection of Contractor: Agreement Amount: 101,305.32 Direct Negotiation E *Memo to Mayor must be attached —.d— 1 Start Date: JJanUary 2023 Termination Date: 12/31/2023 Q Local Business? Yes FV—]No*If meets requirements perKCC3.70.100,pleasecomplete'VendorPurchase-LocalExceptions"formonCityspace. Business License Verification: ❑✓ YesElln-ProcessElExempt(KCC 5.01.045) VlAuthorized Signer Verified Notice required prior to disclosure? Contract Number:F--]YesFV-]No CAG2023-148 Comments: dJ s. 7 C CM �r V1 3cc a a, � Date Received:City Attorn 3/7/23 Date Routed:Mayor's Officif/7/23 City Clerk's Office 3/9/23 adccW22373_7_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT w>s �10 PUBLIC WORKS AGREEMENT between City of Kent and West Coast Concrete Restoration, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and West Coast Concrete Restoration, LLC, organized under the laws of the State of Washington, located and doing business at 22637 76th Ave. S, Kent, WA 98032, (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: To provide the following restoration services to the Centennial Center building: pressure wash the entire building, tuck point where needed, caulk where needed to repair existing sealant and apply a masonry sealer over full exterior of the building, as described in the Scope of Work, attached and incorporated as Exhibit A. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 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 12/31/2023. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $101,305.32, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 (Over$20K with Performance Bond) A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainaae. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. 'Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business 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. PUBLIC WORKS AGREEMENT - 2 (Over$20K with Performance Bond) F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. PUBLIC WORKS AGREEMENT - 3 (Over$20K with Performance Bond) VIII. FORCE MA]EURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ('force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor, IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and PUBLIC WORKS AGREEMENT - 4 (Over$20K with Performance Bond) 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). 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. 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. PUBLIC WORKS AGREEMENT - 5 (Over$20K with Performance Bond) Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then the Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or 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. PUBLIC WORKS AGREEMENT - 6 (Over$20K with Performance Bond) E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 7 (Over$20K with Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: CITY OF KENT: 9vs"k fly By:Joseph offman 202310:11 PST) By Print Name:Joseph Hoffman Print Name: Dana Ralph Its Project Manager Its Mayor DATE: Jan 23,2023 (title) DATE: 03/09/2023 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Joe Hoffman Will Moore West Coast Concrete Restoration, LLC 22637 76th Ave S City of Kent Kent, WA 98032-1922 220 Fourth Avenue South Kent, WA 98032 (253) 820-8476(telephone) NA(facsimile) (253) 856-5081(telephone) (253) 856-6080(facsimile) APPROVED AS TO FORM: Kent R'NDepa ment ATTEST: L�' gvm� Kent City Clerk PUBLIC WORKS AGREEMENT - 8 (Over$20K with 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: EEO COMPLIANCE DOCUMENTS - 1 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 sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 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; EEO COMPLIANCE DOCUMENTS - 3 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. 9ase�G�flaf�� By: Joseph offman(Jan 23,2023 10:11 PST) For: West Coast Concrete Restoration, LLC Title: Project Manager Date: Jan 23,2023 EEO COMPLIANCE DOCUMENTS - 4 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. EEO COMPLIANCE DOCUMENTS - 5 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 (3/28/2022), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. West Coast Concrete Restoration, LLC Lo By: J arL'4141 20 11 PST) Signature of Authorized Official* Printed Name: Joseph Hoffman Title: Project Manager Date: Jan 23,2023 City and State: Kent,Washington *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 8.P KENT W A 5 M i N G T O N DATE: December 13, 2022 TO: Kent City Council SUBJECT: Agreement with West Coast Concrete Restoration, LLC - Authorize MOTION: I move to authorize the Mayor to sign a Public Works Agreement with West Coast Concrete Restoration, LLC for the pressure washing, tuckpointing, caulking, and clear sealing of the Centennial Center in an amount not to exceed $101,305.32, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: The Centennial Center is a four-story, 71,600 square foot building comprised of an exterior brick paneling system. It was built in 1991 and is just over 30 years old. In its lifetime, only the south side of the building has ever been cleaned and sealed. It's necessary for the full building to be cleaned and resealed to protect the integrity and shell of the building. Due to the nature of brick-and-mortar joints, this is necessary maintenance to prevent deterioration of the building over time. The prior work on the south side of the building was due to leaks we've experienced, so there's a history we need to be proactive about. In addition, moss and other debris will be cleaned off, and window seals inspected and repaired as needed. This contract did not require a competitive bid process. Instead, we reached out to the vendors for pricing and chose the most qualified vendor. BUDGET IMPACT: Capital budget F20089 ($101,305.32). SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. West Coast Concrete Resotration, LLC Contract (PDF) Packet Pg. 237 8.P 12/01/22 Parks and Human Services Committee RECOMMENDED TO COUNCIL RESULT: RECOMMENDED TO COUNCIL [UNANIMOUS] Next: 12/13/2022 7:00 PM MOVER: Toni Troutner, Councilmember SECONDER: Satwinder Kaur, Councilmember AYES: Zandria Michaud, Satwinder Kaur, Toni Troutner Packet Pg. 238 EXHIBIT A 46 West Coast CONCRETE RESTORATION, LLC March 28, 2022 City of Kent Facilities I Parks, Recreation &Community Services Attention: Will Moore, Facilities Superintendent wmoore(aKentwA.gov Subject: City of Kent Centennial Center Exterior Pressure Washing,Tuck pointing, Caulking, Clear Sealer application Attention Will- Please accept WCCR's proposal to pressure wash,tuck point, clean and clear seal the exterior of the Centennial Center building for the City of Kent. I. Scope of Work To pressure wash,tuck point where needed, caulk where needed to repair existing sealants &apply a masonry sealer over the veneer once clean & dried. II. Procedures 1. WCCR will protect existing shrubs, landscaping and the surrounding areas, utilizing drop cloths and tarps. 2. WCCR will prepare the buildings for tuck pointing, caulking and sealing by pressure washing,then masking windows. 3. WCCR will then tuck point masonry joints and replace caulking where needed. 4. WCCR will then spray a clear WB Siloxane sealer over the veneer in two applications to prevent moisture intrusion. 5. All work will be completed per the manufacturer's recommendations. 6. A sidewalk closure will be needed on the W Gowe ST. side of the building,the East and West parking lots will be affected as well for boom lift access,the South sidewalk will also need to be closed at different intervals of the project. III. Costs The lump sum cost for the proposal to pressure wash, tuck point, caulk, and apply a clear sealer the exterior of the Centennial Center building for the City of Kent is $90,207.94 Bond: $1,804.16 Total: $92,012.10 22637 76th Ave S Page 1 700 W 59th Ave Unit F Kent, WA 98032 www.wc-cr.com Anchorage,AK 99518 gobWest Coast CONCRETE RESTORATION, LLC IV. Clarifications& Exclusions 1. Pricing does not include state or local sales taxes. 2. Customer to provide suitable 10'x10' lay-down area for our equipment & material. 3. Parking locations for reach lift equipment provided during off shift hours. 4. All work performed will be conducted during normal weekday business hours. 5. 2- 110-volt 20-amp power sources will be provided within the work areas by the Owner. 6. Water source provided by owner. 7. Sealants and masonry tuck pointing to be replaced only where found defective. 8. West Coast Concrete Restoration is a Union Contractor. 9. Sidewalk closure permit provided by City of Kent. 10. The cost of any required performance bonds has been added in the price of the proposal. Please do not hesitate to contact me should you have questions or would like to discuss in further detail. Sincerely, Joe Hoffman West Coast Concrete Restoration, LLC E Joe@wc-cr.com C (253) 820-8476 22637 76th Ave S Page 2 700 W 59th Ave Unit F Kent, WA 98032 www.wc-cr.com Anchorage,AK 99518 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Don Bacie, Maria Moss,Regan Hupf,Matthew Benoit, Individually of Seattle,WA,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June,2021. art- WESTERN SURETY COMPANY `'C_0 s� °� APaul T.Bruflat,Vice President State of South Dakota ss County of Minnehaha On this 16111 day of June,2021,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal or said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires " M.BENT ; xau aua March 2,2026 t ar uc savtH°RI"` M M.Bent,Notary Public CERTIFICATE 1,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 11 th day of January , 2023 . Er o C. WESTERN SURETY COMPANY W 0�he ua� Farm F4380-7-2013 L.Nelson,Assistant Secretary Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. TWO WITN E West Coast Concrete Restoration, LLC PRINCIPAL (enter rincip name above) zm BY: / TITLE: DATE: ; l co 123 DATE: CORPORATE SEAL: 1\Iatthew Benoit PRINT NAME DATE: 1/11/2023 Western Suret}'Company SURETY CORPORATE SEAL: °SCR•Trc'',, BY: QoR <(% z" DATE: 1/11/2023 OUTH.D.... TITLE: Regan Hupf, Attorney-in-Fact ''''nrnnu,ur ``• ADDRESS: _132; Fourth Ave, Ste 2100 Seattle, WA 98101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation, that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attomey is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds,policies, undertakings, Powers of Attorney,or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary,and Assistant Secretary, Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President.any Vice President, Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies,undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Bond#30078585 KENT PAYMENT AND PERFORMANCE BOND W.SNIro,OM TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, West Coast Concrete Restoration,LLC as Principal, and Western Surety Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $101,305.32 together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Restoration services to the Centennial Center building (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. S%00tcurrrko �.r� URETr�,,, , fo�QOR,q�3o= �s3w SF Ab f*`r yrGS.,, �4ry"ItrH DPVro 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 Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. 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. acvRo� CERTIFICATE OF LIABILITY INSURANCE of/05/202Y3YY) 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 WA#877030 1-206-343-2323 CONTACT NAME: Ben Mish AssuredPartners of Washington, LLC PHONE FAX A/C No Ext: 206-343-2323 AIC No AssuredPartners of Wash. Ins. Agency, LLC CA Lic OK61066 tAMAIL 1325 Fourth Avenue, Suite 2100 ADDRESS: ben.mish@assuredpartners.com INSURER(S)AFFORDING COVERAGE NAIC# Seattle, WA 98101 INSURERA: ALASKA NATL INS CO 38733 INSURED INSURER B: WESTCHESTER SURPLUS LINES INS CO 10172 West Coast Concrete Restoration, LLC INSURER C 22637 76th Ave S INSURERD: INSURER E: Kent , WA 98032 INSURERF: COVERAGES CERTIFICATE NUMBER: 67606152 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR IN SD WVD POLICY NUMBER MM/DD/YYYY MM/DDIYYYY A X COMMERCIAL GENERAL LIABILITY X X 22LPS12777 12/31/22 12/31/23 EACH OCCURRENCE $ 1,000,000 DAMAGE RETED CLAIMS-MADE Ix I OCCUR PREM SESOEa occur ence $ 1,000,000 X WA StopGap $1M/$2M/$1M MED EXP(Any one person) $ 15,000 PERSONAL SADVINJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY� E� LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ • AUTOMOBILE LIABILITY X X 22LAS12777 12/31/22 12/31/23 COMBINED SINGLE LIMIT $ Ea accident 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident A X UMBRELLA LIAB X OCCUR 22LLU12777 12/31/22 12/31/23 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X I RETENTION$ 101000 $ A ANDEMPSYERS'LIAILITTION 22LPS12777 WA Stopgap 12/31/22 12/31/23 STATUTE PER X ERH AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Pollution G71476534005 12/31/22 12/31/23 Aggregate 2,000,000 A Equipment 22LIA12777 12/31/22 12/31/23 Leased or Rented 250,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: City of Kent Correctional Facility Centennial Center; Project #21096 The City of Kent is included as additional insured per the attached. This insurance is primary and non-contributory with a waiver of subrogation per the attached. CERTIFICATE HOLDER CANCELLATION 21096 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave. S. AUTHORIZED REPRESENTATIVE Kent, WA 98032 / - USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD sampelly 67606152 IV Alaska National INSURANCE COMPANY BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Various provisions in this endorsement restrict SECTION IV — Business Auto Conditions, coverage. Read the entire policy carefully to Paragraph A. 5. — Transfer of Rights of Recovery determine rights, duties, and what is and is not Against Others To Us is amended to include: covered. 5. Transfer of Rights of Recovery Against Throughout this policy, the words "you" and "your" Others to Us refer to the Named Insured shown in the Declarations. The words "we", "us", and "our" refer to This condition does not apply to any the company providing this insurance. person(s) or organization(s) to the extent that subrogation against that person or Other words and phrases that appear in quotation organization is waived prior to the "accident" marks have special meaning. Refer to SECTION V— or the "loss" under a contract with that person DEFINITIONS in the Business Auto Coverage Form. or organization. The coverages provided by this endorsement apply SECTION II — COVERED AUTO LIABILITY per "accident" and, unless otherwise specified, are COVERAGE, Paragraph A.2.a. (2)— Supplementary subject to all of the terms, conditions, exclusions and Payments is replaced by the following: deductible provisions of the policy, to which it is attached. (2) Up to $10,000 for cost of bail bonds (including bonds for related traffic law SECTION II — COVERED AUTO LIABILITY violations) required because of an COVERAGE, Paragraph A.1. Who Is An Insured is "accident" we cover. We do not have amended to include: to furnish these bonds. d. Any "employee" of yours while operating SECTION II — COVERED AUTO LIABILITY an "auto" hired or rented under a COVERAGE, Paragraph A.2.a. (4)— Supplementary contract or agreement in an "employee's" Payments is replaced by the following: name, with your permission, while performing duties related to the conduct (4) All reasonable expenses incurred by of your business. the "insured" at our request, including actual loss of earnings up to $500 a e. Any person or organization for whom you day because of time off from work. have agreed in writing to provide insurance such as is afforded by this Coverage Form, but only with respect to liability arising out of the ownership, maintenance or use of"autos" covered by this policy. If such person or organization has other insurance then this insurance is primary to and we will not seek contribution from the other insurance. ANIC CA 1150 10 13 All Docs Copy Page 1 of 4 JW Alaska National INSURANCE COMPANY c. "Loss" caused by falling objects or SECTION II — COVERED AUTO LIABILITY missiles. COVERAGE, Paragraph A.2.c. —Voluntary Property Damage is added as follows: However, you have the option of having glass breakage caused by a covered "auto's" c. Voluntary Property Damage collision or overturn considered a "loss" under Collision Coverage. At your written request, we may make a voluntary payment for Property Damage Glass Repair—Waiver of Deductible caused by an "insured", but without liability to a third party, up to $25,000. We No deductible applies to glass breakage, if will not make a Voluntary Property the glass is repaired rather than replaced. Damage payment to anyone who is an "insured" under this policy. SECTION III — PHYSICAL DAMAGE COVERAGE, Paragraph AA.a. — Transportation Expenses is SECTION III — PHYSICAL DAMAGE COVERAGE, replaced by the following: Paragraph A.2.—Towing is replaced by the following: a. Transportation Expenses Towing We will pay up to $200 per day to a We will pay up to $500 for towing and labor maximum of $1,500 for temporary costs incurred each time a covered "auto" transportation expense incurred by you that is a: because of the total theft of a covered "auto"that is a: a. Private passenger; (1) Private passenger; b. Truck; (2) Truck; c. Pick-up truck; (3) Pick-up truck; d. Panel ; or (4) Panel; or e. Van type vehicle under 20,000 lbs. of Gross (5) Van Vehicle Weight is disabled. However, the type vehicle under 20,000 lbs. of Gross labor must be performed at place of disablement. Vehicle Weight. We will pay only for those covered "autos" for which you carry SECTION III — PHYSICAL DAMAGE COVERAGE, either Comprehensive or Specified Paragraph A.3. — Glass Breakage — Hitting a Bird Causes of Loss Coverage. We will pay or Animal — Falling Objects or Missiles is replaced for temporary transportation expenses by the following: incurred during the period beginning 48 hours after the theft and ending, Glass Breakage— Hitting a Bird or Animal regardless of the policy's expiration, —Failing Objects or Missiles when the covered "auto" is returned to use or we pay for its"loss". If you carry Comprehensive Coverage for the damaged covered "auto", we will pay the following under Comprehensive Coverage: a. Glass Breakage; b. "Loss" caused by hitting a bird or animal; and ANIC CA 1150 10 13 All Docs Copy Page 2 of 4 JW Alaska National INSURANCE COMPANY (2) Specified Causes of Loss only if the SECTION III — PHYSICAL DAMAGE COVERAGE, Declarations indicate that Specified Paragraph AA.b. — Loss of Use Expenses is Causes of Loss Coverage is provided replaced by the following: for the "auto" withdrawn from service; or b. Loss of Use Expenses— Hired, Rented, (3) Collision only if the Declarations or Borrowed Automobiles indicate that Collision Coverage is provided for the "auto" withdrawn We will pay expenses for which an from service. "insured" becomes legally responsible to pay for loss of use of a vehicle hired, SECTION III — PHYSICAL DAMAGE COVERAGE, rented or borrowed without a driver under Paragraph AAA. — Airbag Coverage is added as a written rental contract or agreement. follows: We will pay for loss of use expenses, if caused by: d. Airbag Coverage (1) Other than Collision, only if the We will pay for the cost to repair, replace, Declarations indicate that or reset an airbag that inflates for any Comprehensive Coverage is provided reason other than as a result of a for the vehicle withdrawn from collision, if the Declarations indicate that service. the covered "auto" has Comprehensive Coverage or Specified Causes of Loss (2) Specified Causes of Loss only if the Coverage. Declarations indicate that Specified Causes of Loss Coverage is provided SECTION III — PHYSICAL DAMAGE COVERAGE, for the vehicle withdrawn from Paragraph AA.e. — Rental Reimbursement service. Coverage is added as follows: (3) Collision only if the Declarations e. Rental Reimbursement Coverage indicate that Collision Coverage is provided for the vehicle withdrawn We will pay up to $75 per day for rental from service. reimbursement expenses incurred by you for the rental of an "auto" because of However, the most we will pay for any "loss"to a covered "auto"that is a: expenses for loss of use is $200 per day, to a maximum of$1,500. (1) Private Passenger; SECTION III — PHYSICAL DAMAGE COVERAGE, (2) Truck; Paragraph AA.c. —Non-Transportation Loss of Use Expenses is added as follows: (3) Pick-up truck; c. Non-Transportation Loss of Use (4) Panel; or Expenses (5) Van We will pay up to $2,000 for non- transportation expense incurred by you, type vehicle under 20,000 lbs. of Gross because of "loss" to a covered "auto", if Vehicle Weight. Payment applies in caused by: addition to the otherwise applicable amount of each coverage you have on a (1) Other than Collision, only if the covered "auto". No deductibles apply to Declarations indicate that this coverage. Comprehensive Coverage is provided for the"auto"withdrawn from service; ANIC CA 1150 10 13 All Docs Copy Page 3 of 4 Alaska National INSURANCE COMPANY (1) We will pay only for those expenses SECTION IV — BUSINESS AUTO CONDITIONS — incurred during the policy period Paragraph 6.5.b. — Other Insurance is replaced by beginning 24 hours after the "loss" the following: and ending, regardless of the policy's expiration, with the lesser of the b. For Hired Auto Physical Damage following number of days: Coverage, the following are deemed to be covered "autos" you own: (a) The number of days reasonably required to repair or replace the (1) Any covered "auto" you lease, hire, covered "auto". rent, or borrow; and (b) 30 days. (2) Any covered "auto"" hired or rented by your "employee" under a contract (2) This coverage does not apply while in that individual "employee's" name, there are spare or reserve "autos" with your permission, while available to you for your operations. performing duties related to the conduct of your business. (3) The Rental Reimbursement Coverage described above does not However, any"auto" that is leased, hired, apply to a covered "auto" that is rented or borrowed with a driver is not a described or designated as a covered covered "auto". "auto" on Rental Reimbursement Coverage Form CA 99 23. SECTION V — DEFINITIONS — Paragraph C. — "Bodily injury" is replaced by the following: SECTION IV — BUSINESS AUTO CONDITIONS — Paragraph B.2. — Concealment, Misrepresentation Or C. "Bodily injury" means bodily injury, sickness or Fraud is amended by adding Unintentional Failure disease sustained by a person including death or to Disclose Hazards at the end of Paragraph B.2. as mental anguish resulting from any of these. follows: Mental anguish means any type of mental or emotional illness or disease Unintentional Failure to Disclose Hazards If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. 5 Countersigned By © Insurance Services Office, Inc., 2009 ANIC CA 1150 10 13 All Docs Copy Page 4 of 4 Alaska National INSURANCE COMPANY CONTRACTORS' GENERAL LIABILITY ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW 1. Miscellaneous Additional Insureds 14. In Rem Actions 8 additional insured extensions. 15. Voluntary Property Damage Primary and Noncontributory Insurance Limits added: $5,000 occurrence, $10,000 2. Damage To Premises Rented to You aggregate. Limit increased to $500,000. 1. MISCELLANEOUS ADDITIONAL INSUREDS 3. Medical Payments Section II Who Is An Insured is amended to Limits increased to $15,000. include as an additional Insured any person or Reporting period increased to three years from the organization described in Paragraphs 2.a.through date of accident. 2.h. below whom you are required to add as an 4. Non-owned Watercraft additional insured on this policy under a written Increased to 50 feet. contract or written agreement. However, the written contract or written agreement must be: 5. Supplementary Payments 1. Currently in effect or becoming effective Cost of bail bonds increased to$10,000. during the term of this policy; and Daily loss of earnings increased to $500. 6. Newly Formed Or Acquired Organizations 2. Executed prior to the "bodily injury", Coverage extended to the end of the policy period "property damage" or"personal injury and or the next anniversary of this policy's effective advertising injury", but date. Only the following persons or organizations 7. Liberalization Clause are additional insureds under this endorsement and coverage provided to such 8. Unintentional Failure To Disclose Hazards additional insureds is limited as provided herein: 9. Notice of Occurrence a. State or Governmental Agency or 10. Broad Knowledge of Occurrence Subdivision or Political Subdivi- sions 11. Bodily Injury - Extension of Coverage Any state or governmental agency or 12. Expected Or Intended Injury subdivision or political subdivision that Reasonable force - bodily injury or property has issued a permit in connection with damage. operations performed by you or on your behalf and that you are required 13. Blanket Waiver of Subrogation by any ordinance, law or building code Waiver of subrogation where required by written to include as an additional insured on contract or written agreement. this coverage part is an additional insured, but only with respect to liability for "bodily injury", "property damage", "personal and advertising injury" arising out of such operations. ANIC GL 1187 08 21 Page 1 of 7 Alaska National INSURANCE COMPANY The insurance provided to such state e. Owners or Other Interests From or political subdivision does not apply Whom Land Has Been Leased to any "bodily injury", "property damage" or"personal and advertising An owner or other interest from whom injury" arising out of operations land has been leased by you but only performed for that state or political with respect to liability arising out of subdivision. the ownership, maintenance or use of that specific part of the land leased to b. Controlling Interest you and subject to the following additional exclusions: Any persons or organizations with a controlling interest in you but only with This insurance does not apply to: respect to their liability arising out of: (1) Any "occurrence" which takes (1) Their financial control of you, or place after you cease to lease that land; or (2) Premises they own, maintain or control while you lease or occupy (2) Structural alterations, new con- these premises. struction or demolition operations performed by or on behalf of such This insurance does not apply to additional insured. structural alterations, new construc- tion and demolition operations f. Co-owner of Insured Premises performed by or for such additional insured. A co-owner of a premises co-owned by you and covered under this c. Managers or Lessors of Premises insurance but only with respect to the co-owners liability as co-owner of A manager or lessor of premises but such premises. only with respect to liability arising out of the ownership, maintenance or use g. Lessor of Equipment of that specific part of the premises leased to you and subject to the Any person or organization from following additional exclusions: whom you lease equipment. Such person or organization is an additional This insurance does not apply to: insured only with respect to their liability for "bodily injury", "property (1) Any "occurrence" which takes damage" or"personal and Advertising place after you cease to be a injury" caused, in whole or in part, by tenant in that premises; or your maintenance, operation or use of equipment leased to you by such (2) Structural alterations, new con- person or organization. A person's or struction or demolition operations organization's status as an additional performed by or on behalf of such insured under this endorsement ends additional insured. when their written contract or written agreement with you for such leased d. Mortgagee, Assignee or Receiver equipment ends. A mortgagee,assignee or receiver but With respect to the insurance afforded only with respect to their liability as these additional insureds, the mortgagee, assignee, or receiver and following additional exclusions apply: arising out of the ownership, maintenance, or use of a premises by This insurance does not apply: you. (1) To any "occurrence" which takes This insurance does not apply to place after the equipment lease structural alterations, new construc- expires; or tion or demolition operations performed by or for such additional insured. ANIC GL 1187 08 21 Page 2 of 7 Alaska National INSURANCE COMPANY (2) To "bodily injury", "property b. Will not be broader than that damage", or "personal and which you are required by the advertising injury" arising out of contract or agreement to the sole negligence of such provide for such additional additional insured. insured. h. Owners, Lessees or Contractors — 3. With respect to the insurance Ongoing Operations and afforded to these additional Completed Operations insureds, the following additional exclusions apply: 1. Any person or organization for whom you are performing This insurance does not apply to: operations or have performed operations when you and such 1. "Bodily injury", "property person or organization have damage" or "personal and agreed in writing in a contract or advertising injury" arising out agreement that such person or of the rendering of, or the organization be added as an failure to render, any additional insured on your policy; professional architectural, and engineering or surveying services, including: 2. Any other person or organization you are required to add as an a. The preparing,approving, additional insured under the or failing to prepare or contract or agreement described approve, maps, shop in Paragraph 1. above. drawings, opinions, reports, surveys, field Such person(s) or organization(s) is orders, change orders or an additional insured only with respect drawings and specifica- to liability for "bodily injury", "property tions; or damage" or"personal and advertising injury" caused, in whole or in part, by: b. Supervisory, inspection, architectural or a. Your acts or omissions; or engineering activities. b. The acts or omissions of This exclusion applies even if those acting on your behalf;or the claims against any insured allege negligence or c. "Your Work"performed for the other wrongdoing in the additional insured described supervision, hiring, employ- in Paragraph 1. or 2. above ment,training or monitoring of and included in the "products- others by that insured, if the completed operations hazard." "occurrence" which caused the "bodily injury" or"property In the performance of your ongoing damage", or the offense operations or completed operations which caused the "personal for the additional insured described in and advertising injury", Paragraph 1. or 2. above. involved the rendering of, or the failure to render, any However, the insurance afforded to professional architectural, such additional insured described engineering or surveying above: services. a. Only applies to the extent permitted by law; and ANIC GL 1187 08 21 Page 3 of 7 JV Alaska National INSURANCE COMPANY Primary And Noncontributory Insurance If a limit is shown for Damage to Premises Rented to You the most we will pay under Coverage A for The following is added to the Other Insurance damages because or "property damage" to any Condition and supersedes any provision to the one premises is the Limit shown in the contrary: Declarations or$500,000, whichever is greater. This insurance is primary to and will not seek 3. MEDICAL PAYMENTS contribution from any other insurance available to an additional insured under your policy provided A. Section III — Limits of Insurance, Paragraph that: 7. is replaced by the following: (1) The additional insured is a Named 7. Subject to Paragraph 5.above the Medical Insured under such other Expense Limit is the most we will pay insurance; and under Coverage C for all medical expenses because of "bodily injury" (2) You have agreed in writing in a sustained by any one person. contract or agreement that this insurance would be primary and If a limit is shown for Medical Expense in would not seek contribution from the Declarations the most we will pay any other insurance available to under Coverage C for all medical the additional insured. expenses because of "bodily injury" sustained by any one person is the Limit Section III - Limits of Insurance, the following is shown in the Declarations or $15,000, added: whichever is greater. With respect to the insurance afforded to the B. This provision 5. (Medical Payments)does not additional insureds described in Paragraphs a. apply if Section I - Coverage C Medical through h.above,the most we will pay on behalf of Payments is excluded either by the provisions such additional insured is the amount of insurance: of the Coverage Part or by endorsement. (1) Required by the contract or C. Paragraph 1.a.(3)(b) of Section I -Coverage agreement; or C - Medical Payments, is replaced by the following: (2) Available under the applicable Limits of Insurance shown in the (b) The expenses are incurred Declarations; and reported to us within three years of the date of the whichever is less. accident; and This provision shall not increase the applicable 4. NON-OWNED WATERCRAFT Limits of Insurance shown in the Declaration. A. If endorsement CG 21 09, CG 21 10, CG 24 2. Damage To Premises Rented to You 50, or CG 24 51 is attached to the policy, Paragraph A. 2. g. (2) (b) is replaced by the SECTION III — LIMITS OF INSURANCE, following: Paragraph 6. is replaced by the following: (b) A watercraft that you do not 6. Subject to Paragraph 5. above, the own that is: Damage to Premises Rented to You Limit (1) Less than 50 feet long: is the most we will pay under Coverage A and for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by (ii) Not being used to carry fire, while rented to you or temporarily persons or property for a occupied by you with permission of the charge. owner. ANIC GL 1187 08 21 Page 4 of 7 JW Alaska National INSURANCE COMPANY B. If Paragraph A. does not apply, Paragraph g. a. The statements in the Declarations are (2) of 2. EXCLUSION under SECTION I — accurate and complete; COVERAGES, COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE b. Those statements are based upon LIABILITY is replaced by the following: representations you made to us; and (2) A watercraft that you do not own c. We have issued this policy in reliance that is: upon your representations. (a) Less than 50 feet long; and The unintentional omission of, or unintentional error in, any information you provided to us (b) Not being used to carry which we relied upon in issuing this policy will persons or property for a not prejudice your rights under this insurance. charge. However, this provision does not affect our right to collect additional premium or to 5. SUPPLEMENTARY PAYMENTS exercise our rights of cancellation or nonrenewal in accordance with applicable A. Under Section I -Supplementary Payments laws and regulations. - Coverage A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is 9. NOTICE OF OCCURRENCE replaced by$10,000; The following is added to Paragraph 2. of Section B. In Paragraph 1.d., the limit of$250 shown for IV - Commercial General Liability Conditions - daily loss of earnings is replaced by$500. Duties In The Event of Occurrence, Offense, Claim or Suit: 6. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an Paragraph 3.a. of Section II -Who Is An Insured "occurrence", offense, claim or "suit" and that is deleted and replaced by the following: failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not Coverage under this provision is afforded only until covered under this Coverage Part. However, you the end of the policy period or the next anniversary shall give written notice of this "occurrence", of this policy's effective date after you acquire or offense, claim or "suit" to us as soon as you are form the organization, whichever is earlier. aware that this insurance may apply to such "occurrence", offense, claim or"suit." 7. LIBERALIZATION CLAUSE 10. BROAD KNOWLEDGE OF OCCURRENCE If we adopt a change in our forms or rules which would broaden coverage for contractors under this The following is added to Paragraph 2. of Section endorsement without an additional premium IV - Commercial General Liability Conditions - charge, your policy will automatically provide the Duties in The Event of Occurrence, Offense, additional coverages as of the date the revision is Claim or Suit: effective in your state. You must give us or our authorized representative 8. UNINTENTIONAL FAILURE TO DISCLOSE notice of an "occurrence", offense, claim, or "suit" HAZARDS only when the"occurrence", offense, claim or"suit' is known to: SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS — Paragraph 6. — (1) You, if you are an individual; Representations is replaced by the following: 6. Representations By accepting this policy, you agree: ANIC GL 1187 08 21 Page 5 of 7 Alaska National INSURANCE COMPANY (2) A partner, if you are a partnership; 14. IN REM ACTIONS (3) An executive officer or the Any action in rem against any vessel owned, employee designated by you to operated by or for, or chartered by or for you will give such notice, if you are a be treated in the same manner as though the corporation; or action were in personam against you. (4) A manager, if you are a limited 15. VOLUNTARY PROPERTY DAMAGE liability company. 11. EXPANDED BODILY INJURY The following is added, Section I—Coverage A— Bodily Injury and Property Damage Liability 1., Section V - Definitions, the definition of "bodily Insuring Agreement: injury" is changed to read: We will pay, at your request, for "property "Bodily injury" means bodily injury, sickness or damage" to property of others while in the care, disease sustained by a person, including death, custody or control of an insured, arising out of humiliation,shock, mental anguish or mental injury your business operations away from your insured by that person at any time which results as a premises for which this policy is written and consequence of the bodily injury, sickness or occurring during the policy period. disease. 12. EXPECTED OR INTENDED INJURY However, the "property damage" must be the result of unintentional damage or destruction but Exclusion a. of Section I - Coverage A - Bodily does not include disappearance, theft, or loss of Injury and Property Damage Liability is replaced use. by the following: You agree with us that we shall have no duty to a. "Bodily injury" or "property damage" defend any claims and/or "suits" for which the expected or intended from the only coverage provided is under this coverage standpoint of the insured. This extension. exclusion does not apply to "bodily injury" or "property damage" resulting For the purpose of this coverage only, Section I — from the use of reasonable force to Coverage A — Bodily Injury and Property protect persons or property. Damage Liability 2. Exclusions J. (4.) is 13. BLANKET WAIVER OF SUBROGATION deleted. The Transfer Of Rights Of Recovery Against As respects coverage afforded under Voluntary Others To Us Condition (Section IV - Property Damage, the following is added to Commercial General Liability Conditions) is Section III— Limits of Insurance: amended by the addition of the following: Regardless of the number of insureds, claims or We waive any right of recovery against any person "suits" brought, or persons or organizations or organization, because of any payment we make making claims or bringing "suits": under this Coverage Part,to whom the insured has 1. Subject to 2. Below, the most we will pay for waived its right of recovery in a written contract or "property damage" arising from any one agreement. Such waiver by us applies only to the extent that the insured has waived its right of "occurrence" arising out of "property damage recovery against such person or organization prior to property of others caused by you and while to loss. in your care, custody or control is $5,000. ANIC GL 1187 08 21 Page 6 of 7 JW Alaska National INSURANCE COMPANY 2. The most we will pay for the sum of all "property damage" in an annual policy period is $10,000. This amount is part of and not in addition to the General Aggregate Limit described in Paragraph 2. of Section III — Limits of Insurance. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By Includes copyrighted material of Insurance Services Office, Inc., with its permission ANIC GL 1187 08 21 Page 7 of 7 12/20/22, 1:51 PM about:blank 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: 03/28/2022 County Trade Job Classification Wage Holiday Overtime Note *Risk _ Class King Asbestos Abatement Workers Journey Level $54.62 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $63.32 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $63.32 7E 1 N View King Building Service Employees Janitor $27.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $27.68 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $31.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $32.18 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $68.19 15J I 4C View King Carpenters Bridge, Dock And Wharf $68.19 15J 4C View Carpenters I King Carpenters Carpenter $68.19 15J 4C View King Carpenters Floor Finisher $68.19 15J 4C View King Carpenters Floor Layer $68.19 15J 4C View King Carpenters Scaffold Erector $68.19 15J 4C _ View King Cement Masons Application of all Composition $67.41 15J 41J View Mastic King Cement Masons Application of all Epoxy $66.91 15J 41J View Material King Cement Masons Application of all Plastic $67.41 15J 41J View Material King Cement Masons Application of Sealing $66.91 15J 41J View Compound King Cement Masons Application of Underlayment $67.41 15J 4U View King Cement Masons Building General $66.91 15J 41J View King Cement Masons Composition or Kalman Floors $67.41 15J 41J View King Cement Masons Concrete Paving $66.91 15J 4U View King Cement Masons Curb Et Gutter Machine $67.41 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $66.91 15J 41J View King Cement Masons Curing Concrete $66.91 15J 41J View about:blank 1/18 12/20/22, 1:51 PM about:blank King Cement Masons Finish Colored Concrete $67.41 15J 4U View King Cement Masons Floor Grinding $67.41 15J 4U View King Cement Masons Floor Grinding/Polisher $66.91 15J 4U View King Cement Masons Green Concrete Saw, self- $67.41 15J 4U View powered _ King Cement Masons Grouting of all Plates $66.91 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $66.91 15J 4U View King Cement Masons Gunite Nozzleman $67.41 15J 4U _ View King Cement Masons Hand Powered Grinder $67.41 15J 4U View King Cement Masons Journey Level $66.91 15J 4U View King Cement Masons Patching Concrete $66.91 15J 4U _ View King Cement Masons Pneumatic Power Tools $67.41 15J 4U View King Cement Masons Power Chipping Et Brushing $67.41 15J 4U View King Cement Masons Sand Blasting Architectural $67.41 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $67.41 15J 4U View King Cement Masons Spackling or Skim Coat $66.91 15J 4U View Concrete King Cement Masons Troweling Machine Operator $67.41 15J 4U View King Cement Masons Troweling Machine Operator on $67.41 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $67.41 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $122.46 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Diver $122.49 15J 4C 8V View King Divers Et Tenders Diver On Standby $81.04 15J 4C View King Divers Et Tenders Diver Tender $73.60 15J 4C View King Divers Et Tenders Manifold Operator $73.60 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $78.60 15J 4C View King Divers Et Tenders Remote Operated Vehicle $73.60 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $68.64 15J 4C View Tender King Dredge Workers Assistant Engineer $73.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $73.05 5D 3F View King Dredge Workers Boatmen $73.62 5D 3F View King Dredge Workers Engineer Welder $75.03 5D 3F View King Dredge Workers Leverman, Hydraulic $76.53 5D 3F _ View King Dredge Workers Mates $73.62 5D 3F View King Dredge Workers Oiler $73.05 5D 3F View King Drywall Applicator Journey Level $68.19 15J 4C View King Drywall Tapers Journey Level $67.91 5P 1 E View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $97.21 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $104.49 7C 4E View King Electricians - Inside Certified Welder $93.91 7C 4E View King Electricians - Inside Certified Welder (tunnel) $100.86 7C 4E View about:blank 2/18 12/20/22, 1:51 PM about:blank King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $90.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $97.21 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $88.89 5A 4D View Construction King Electricians - Powerline Certified Line Welder $81.65 5A 4D View Construction King Electricians - Powerline Groundperson $52.91 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $70.02 5A 4D View Construction King Electricians - Powerline Meter Installer $52.91 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4D View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction King Electronic Technicians Journey Level $59.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In-Factory $18.25 5B 1R View Products Work Only King Fence Erectors Fence Erector $46.29 15J 4V 8Y View King Fence Erectors Fence Laborer $46.29 15J 4V 8Y View King Flaggers Journey Level $46.29 15J 4V 8Y View King Glaziers Journey Level $72.41 7L 1Y View King Heat Et Frost Insulators And Journey Level $82.02 15H 11 C View Asbestos Workers King Heating Equipment Mechanics Journey Level $91.83 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $57.31 15J 4V 8Y View King Industrial Power Vacuum Journey Level $14.49 1 View Cleaner King Inland Boatmen Boat Operator $61.41 513 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 513 1 K View King Inland Boatmen Deckhand Engineer $58.81 513 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $14.49 1 View Sewer Et Water Systems By Remote Control about:blank 3/18 12/20/22, 1:51 PM about:blank King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $68.19 15J 4C View King Ironworkers Journeyman $80.28 7N 10 View King Laborers Air, Gas Or Electric Vibrating $54.62 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $56.31 15J 4V 8Y View King Laborers Ballast Regular Machine $54.62 15J 4V 8Y View King Laborers Batch Weighman $46.29 15J 4V 8Y View King Laborers Brick Pavers $54.62 15J 4V 8Y View King Laborers Brush Cutter $54.62 15J 4V 8Y View King Laborers Brush Hog Feeder $54.62 15J 4V 8Y View King Laborers Burner $54.62 15J 4V 8Y View King Laborers Caisson Worker $56.31 15J 4V 8Y View King Laborers Carpenter Tender $54.62 15J 4V 8Y View King Laborers Cement Dumper-paving $55.62 15J 4V 8Y View King Laborers Cement Finisher Tender $54.62 15J 4V 8Y View King Laborers Change House Or Dry Shack $54.62 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $55.62 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $54.62 15J 4V 8Y View King Laborers Choker Setter $54.62 15J 4V 8Y View King Laborers Chuck Tender $54.62 15J 4V 8Y View King Laborers Clary Power Spreader $55.62 15J 4V 8Y View King Laborers Clean-up Laborer $54.62 15J 4V 8Y View King Laborers Concrete Dumper/Chute $55.62 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $54.62 15J 4V 8Y View King Laborers Concrete Placement Crew $55.62 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $55.62 15J 4V 8Y View Driller King Laborers Crusher Feeder $46.29 15J 4V 8Y View King Laborers Curing Laborer $54.62 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $54.62 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $54.62 15J 4V 8Y View King Laborers Diver $56.31 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $55.62 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $54.62 15J 4V 8Y View King Laborers Dump Person $54.62 15J 4V 8Y View King Laborers Epoxy Technician $54.62 15J 4V 8Y View about:blank 4/18 12/20/22, 1:51 PM about:blank King Laborers Erosion Control Worker $54.62 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $55.62 15J 4V 8Y View King Laborers Fine Graders $54.62 15J 4V 8Y View King Laborers Firewatch $46.29 15J 4V 8Y View King Laborers Form Setter $54.62 15J 4V 8Y View King Laborers Gabian Basket Builders $54.62 15J 4V 8Y View King Laborers General Laborer $54.62 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $57.31 15J 4V 8Y View King Laborers Grinders $54.62 15J 4V 8Y View King Laborers Grout Machine Tender $54.62 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $55.62 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $54.62 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $56.31 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $55.62 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $54.62 15J 4V 8Y View C) King Laborers High Scaler $56.31 15J 4V 8Y View King Laborers Jackhammer $55.62 15J 4V 8Y View King Laborers Laserbeam Operator $55.62 15J 4V 8Y View King Laborers Maintenance Person $54.62 15J 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 15J 4V 8Y View King Laborers Material Yard Person $54.62 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $55.62 15J 4V 8Y View King Laborers nozzleman (concrete pump, $57.31 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $55.62 15J 4V 8Y View King Laborers Pilot Car $46.29 15J 4V 8Y View King Laborers Pipe Layer (Lead) $57.31 15J 4V 8Y View King Laborers Pipe Layer/Tailor $55.62 15J 4V 8Y View King Laborers Pipe Pot Tender $55.62 15J 4V 8Y View King Laborers Pipe Reliner $55.62 15J 4V 8Y View King Laborers Pipe Wrapper $55.62 15J 4V 8Y View King Laborers Pot Tender $54.62 15J 4V 8Y View King Laborers Powderman $56.31 15J 4V 8Y View King Laborers Powderman's Helper $54.62 15J 4V 8Y View King Laborers Power Jacks $55.62 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 15J 4V 8Y View King Laborers Raker -Asphalt $57.31 15J 4V 8Y View King Laborers Re-timberman $56.31 15J 4V 8Y View King Laborers Remote Equipment Operator $55.62 15J 4V 8Y View King Laborers Rigger/Signal Person $55.62 15J 4V 8Y View about:blank 5/18 12/20/22, 1:51 PM about:blank King Laborers Rip Rap Person $54.62 15J 4V 8Y View King Laborers Rivet Buster $55.62 15J 4V 8Y View King Laborers Rodder $55.62 15J 4V 8Y View King Laborers Scaffold Erector $54.62 15J 4V 8Y View King Laborers Scale Person $54.62 15J 4V 8Y View King Laborers Sloper (Over 20") $55.62 15J 4V 8Y View King Laborers Sloper Sprayer $54.62 15J 4V 8Y View King Laborers Spreader (Concrete) $55.62 15J 4V 8Y View King Laborers Stake Hopper $54.62 15J 4V 8Y View King Laborers Stock Piler $54.62 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $46.29 15J 4V 8Y View Chair King Laborers Tamper & Similar Electric, Air $55.62 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $55.62 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $55.62 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $54.62 15J 4V 8Y View King Laborers Topper $54.62 15J 4V 8Y View King Laborers Track Laborer $54.62 15J 4V 8Y View King Laborers Track Liner (Power) $55.62 15J 4V 8Y View King Laborers Traffic Control Laborer $49.50 15J 4V 9C View King Laborers Traffic Control Supervisor $52.45 15J 4V 9C View King Laborers Truck Spotter $54.62 15J 4V 8Y View King Laborers Tugger Operator $55.62 15J 4V 8Y View King Laborers Tunnel Work-Compressed Air $142.82 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $147.85 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $151.53 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $157.23 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $159.35 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $164.45 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $166.35 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $168.35 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $170.35 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $57.41 15J 4V 8Y View Tender King Laborers Tunnel Work-Miner $57.41 15J 4V 8Y View King Laborers Tunnel Work-Miner $57.41 7A 4V 8Y View King Laborers Vibrator $55.62 15J 4V 8Y View King Laborers Vinyl Seamer $54.62 15J 4V 8Y View about:blank 6/18 12/20/22, 1:51 PM about:blank King Laborers Watchman $42.08 15J 4V 8Y View King Laborers Welder $55.62 15J 4V 8Y View King Laborers Well Point Laborer $55.62 15J 4V 8Y View King Laborers Window Washer/Cleaner $42.08 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $54.62 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $55.62 15J 4V 8Y View Et Water King Landscape Construction Landscape $42.08 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $75.50 15J 11 G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $68.19 15J 4C _ View King Marble Setters Journey Level $63.32 7E 1 N View King Metal Fabrication In Shop), Fitter/Certified Welder $42.17 151 11E _ View King Metal Fabrication (In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication In Shop), Mechanic $43.63 151 11 E View King Metal Fabrication (In Shop), Welder/Burner $39.28 151 11 E View King Millwright Journey Level $69.74 15J 4C View King Modular Buildings Cabinet Assembly $14.49 1 View King Modular Buildings Electrician $14.49 1 View King Modular Buildings Equipment Maintenance $14.49 1 View King Modular Buildings Plumber $14.49 1 _ View King Modular Buildings Production Worker $14.49 1 View King Modular Buildings Tool Maintenance $14.49 1 View King Modular Buildings Utility Person $14.49 1 View King Modular Buildings Welder $14.49 1 View King Painters Journey Level $47.70 6Z 2B View King Pile Driver Crew Tender $62.69 15J 4C View King Pile Driver Crew Tender/Technician $62.69 15J 4C View King Pile Driver Hyperbaric Worker - $85.00 15J 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $90.00 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $94.001 15J I 4C I View Compressed Air Worker 44.01 - , 54.00 PSI King Pile Driver Hyperbaric Worker - $106.50 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI ' King Pile Driver Hyperbaric Worker - $108.50 15J 4C View Compressed Air Worker 68.01 - I 70.00 PSI King Pile Driver Hyperbaric Worker - $110.50 15J 4C View Compressed Air Worker 70.01 h 72.00 PSI about:blank 7/18 12/20/22, 1:51 PM about:blank King Pile Driver Hyperbaric Worker - $112.50 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $68.64 15J 4C View King Plasterers Journey Level $64.14 7Q 1 R View King Plasterers Nozzleman $67.64 7Q 1 R View King M[ ground Et Park Equipment Journey Level $14.49 1 View Installers King Plumbers Et Pipefitters Journey Level $94.69 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $76.77 15J 11 G 8X View King Power Equipment Operators Assistant Engineer $72.20 15J 11 G 8X View King Power Equipment Operators Barrier Machine (zipper) $76.09 15J 11 G 8X View King Power Equipment Operators Batch Plant Operator: concrete $76.09 15J 11 G 8X View King Power Equipment Operators Boat Operator $76.87 7A 11 H 8X View King Power Equipment Operators Bobcat $72.20 15J 11 G 8X View King Power Equipment Operators Brokk - Remote Demolition $72.20 15J 11 G 8X View Equipment King Power Equipment Operators Brooms $72.20 15J 11 G 8X View King Power Equipment Operators Bump Cutter $76.09 15J 11 G 8X View King Power Equipment Operators Cableways $76.77 15J 11 G 8X View King Power Equipment Operators Chipper $76.09 15J 11 G 8X View King Power Equipment Operators Compressor $72.20 15J 11 G 8X View King Power Equipment Operators Concrete Finish Machine - $72.20 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $75.50 15J 11 G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $76.77 15J 11 G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $76.09 15J 11 G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $75.50 15J 11 G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $79.20 7A 11 H 8X View over King Power Equipment Operators Cranes, A-frame: 10 tons and $72.30 7A 11H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $77.63 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $76.19 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $78.44 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $79.20 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $76.87 7A 11 H 8X View tons, under 150' of about:blank 8/18 12/20/22, 1:51 PM about:blank boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $78.44 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $75.60 7A 11 H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $76.09 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $76.09 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $76.77 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $75.50 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $77.53 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $72.20 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $76.09 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $75.50 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $76.09 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $72.20 15J 11G 8X View King Power Equipment Operators Guardrail Punch $76.09 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $76.77 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $76.09 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $75.50 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $76.09 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $75.60 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $72.30 7A 11H 8X View tons and under King Power Equipment Operators Leverman $78.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $76.09 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $76.09 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $75.50 15J 11G 8X View King Power Equipment Operators Locomotives, All $76.09 15J 11G 8X View King Power Equipment Operators Material Transfer Device $76.09 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $77.53 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $76.77 15J 11G 8X View about:blank 9/18 12/20/22, 1:51 PM about:blank King Power Equipment Operators Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $72.20 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $75.50 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type: 100 $77.63 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $76.87 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $72.20 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $76.09 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $75.50 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $72.20 15J 11G 8X View King Power Equipment Operators Power Plant $72.20 15J 11G 8X View King Power Equipment Operators Pumps - Water $72.20 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View King Power Equipment Operators Remote Control Operator On $76.77 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $72.30 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $75.60 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $76.77 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $72.20 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $75.50 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $76.09 15J 11G 8X View King Power Equipment Operators Saws - Concrete $75.50 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $76.09 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $75.50 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $72.20 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $76.09 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Over 90 Metric Tons about:blank 10/18 12/20/22, 1:51 PM about:blank King Power Equipment Operators Slipform Pavers $76.77 15J 11 G 8X View King Power Equipment Operators Spreader, Topsider Et $76.77 15J 11 G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $76.09 15J 11 G 8X View King Power Equipment Operators Tower Bucket Elevators $75.50 15J 11 G 8X View King Power Equipment Operators Tower Crane: over 175' through $78.44 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $77.63 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $79.20 7A 11H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $76.77 15J 11 G 8X View Type King Power Equipment Operators Trenching Machines $75.50 15J 11 G 8X View King Power Equipment Operators Truck crane oiler/driver: under $75.60 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $76.09 15J 11 G 8X View King Power Equipment Operators Welder $76.77 15J 11 G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $72.20 15J 11 G 8X View King Power Equipment Operators Yo Yo Pay Dozer $76.09 15J 11 G 8X View King Power Equipment Operators- Asphalt Plant Operators $76.77 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $76.87 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $72.20 15J 11 G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $76.77 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $72.20 15J 11 G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $75.50 15J 11 G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $76.77 15J 11 G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M about:blank 11/18 12/20/22, 1:51 PM about:blank King Power Equipment Operators- Concrete Pump: Truck Mount $76.09 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $79.20 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $72.30 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $77.63 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $78.44 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $79.20 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $76.87 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $78.44 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $75.60 7A 11 H 8X View Underground Sewer Et Water attachments, a-frame over 10 tons King Power Equipment Operators- Crusher $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $76.09 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $77.53 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $72.20 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $76.09 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $75.50 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $72.20 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $72.20 15J 11G 8X View Underground Sewer Et Water attachments about:blank 12/18 12/20/22, 1:51 PM about:blank King Power Equipment Operators- Grade Engineer: Using Blue $76.09 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $76.77 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $76.09 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $75.50 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $76.09 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $72.30 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $75.60 7A 11H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $78.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $76.09 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $77.53 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $72.20 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $75.50 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type: 100 $77.63 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $76.87 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $72.20 15J 11G 8X View Underground Sewer Et Water about:blank 13/18 12/20/22, 1:51 PM about:blank King Power Equipment Operators- Pile Driver (other Than Crane $76.09 15J 11 G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $75.50 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $76.77 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On $76.77 15J 11 G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $72.30 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $75.60 7A 11 H 8X View Underground Sewer Et Water BeRman(Certified) King Power Equipment Operators- Rollagon $76.77 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $75.50 15J 11 G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $75.50 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $76.09 15J 11 G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $75.50 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $76.77 15J 11 G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $75.50 15J 11 G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $76.77 15J 11 G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $76.09 15J 11 G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $77.53 15J 11 G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $78.33 15J 11 G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $76.77 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $76.77 15J 11 G 8X View Underground Sewer Et Water Screedman about:blank 14/18 12/20/22, 1:51 PM about:blank King Power Equipment Operators- Subgrader Trimmer $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $75.50 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $78.44 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $77.63 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $79.20 7A 11H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $76.77 15J 11 G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $75.50 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $76.19 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $75.60 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $76.77 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $76.09 15J 11 G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers _ King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers _ King Refrigeration Et Air Conditioning Journey Level $90.01 6Z 1 G View Mechanics King Residential Brick Mason Journey Level $63.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 _ View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $68.19 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View about:blank 15/18 12/20/22, 1:51 PM about:blank King Residential Plumbers Et Journey Level $94.69 6Z 1 G View Pipefitters King Residential Refrigeration Et Air Journey Level $90.01 6Z 1 G View Conditioning Mechanics King Residential Sheet Metal Journey Level $91.83 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View .(Fire Protection), King Residential Stone Masons Journey Level $63.32 7E 1 N View King Residential Terrazzo Workers Journey Level $58.71 7E 1 N _ View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $91.83 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $82.02 15H 11 C View Insulator _ King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $48.92 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $82.02 15H 11 C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View about:blank 16/18 12/20/22, 1:51 PM about:blank King Shipbuilding Et Ship Repair Ship Repair Rigger $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $53.62 0 1 View .(Electrical) King Sign Makers Et Installers (Non- Journey Level $34.42 0 1 View Electrical) King Soft Floor Lavers Journey Level $54.41 5A 3J View King Solar Controls For Windows Journey Level $14.49 1 View King Sprinkler Fitters (Fire Journey Level $89.49 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $14.49 1 View Structural), King Stone Masons Journey Level $63.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $75.60 7A 11 H 8X View Surveyor King Surveyors Chainman $72.30 7A 11 H 8X View King Surveyors Construction Site Surveyor $76.87 7A 11 H 8X View King Surveyors Drone Operator (when used in $72.30 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $72.30 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $59.10 7E 1 E View King Telephone Line Construction - Cable Splicer $38.27 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $25.66 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $31.96 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $36.17 5A 2B View Outside King Terrazzo Workers Journey Level $58.71 7E 1 N View King Tile Setters Journey Level $58.71 7E 1 N View King Tile, Marble Et Terrazzo Finisher $49.54 7E 1N View Finishers King Traffic Control Stripers Journey Level $50.51 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $69.95 15J 111 8L View King Truck Drivers Asphalt Mix To 16 Yards $69.11 15J ill 8L View King Truck Drivers Dump Truck $69.11 15J ill 8L View King Truck Drivers Dump Truck Et Trailer $69.95 15J ill 8L View King Truck Drivers Other Trucks $69.95 15J ill 8L View King Truck Drivers - Ready Mix Transit Mix $69.95 15J ill 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers about:blank 17/18 12/20/22, 1:51 PM about:blank King Well Drillers Et Irrigation Pump Oiler $14.49 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 Signature: &ZINoo1-e Signature: Will Moore(Jan 23,2023 09:36 PST) Email: wmoore@kentwa.gov Email: rlashley@kentwa.gov Signature: B"i n L ✓ nH n Brian Levenhagen(Jan 25, 02314:51 PST) Email: bjlevenhagen@kentwa.gov