Loading...
HomeMy WebLinkAboutCAG2023-657 - Original - Dimensional Communications, Inc. - Kent Municipal Court Audio & Video System - 01/01/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) WASHINGTON Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Ikhra Mohamed IT Date Sent: Date Required: > 12/22/2023 01/04/2024 Q Mayor or Designee to Sign. Date of Council Approval: Q Interlocal Agreement Uploaded to Website 12/12/2023 Budget Account Number: Grant? Yes No�✓ F00056 Budget?❑✓ Yes Type: N/A Vendor Name: Category: M Dimensional Communications Contract Vendor Number: Sub-Category: JOI& 125510 Original 0 W Project Name: Audio and Video System for Kent Municipal Court 1. Project Details: On 12/12/2023, Council authorized the Mayor to sign contract with Dimensional Communications for the installation of audio &video system at Kent Municipal Court at a cost not-to-exceed (NTE) $294,209.18, including any applicable Washington State Sales Tax. C Agreement Amount: 294,209.18 Basis for Selection of Contractor: Direct Negotiation E *Memo to Mayor must be attached .1111 Start Date: �O 1/2024 Termination Date: 06/30/2024 a Local Business? Yes PINo*If meets requirements per KCC 3.70.100,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Business License Verification: ❑Yes In-Process F1 Exempt(KCC 5.01.045) F71Authorized Signer Verified Notice required prior to disclosure? Contract Number: Yes ✓❑No CAG2023-657 Comments: <<Signature on attached Public Works Agreement pg. 12 and 21/62>> 0 c Dana Ralph, Mayor 3 0 Date: <<Date on attached Public Works Agreement pg. 12 and 21/62>> a a Date-Rieceived:City A orney: 12/27/23 Date Routed:Mayor's Offic 12/27/23 ty Clerk's Office 12/28/2311 r , adccW22373_1_20;r 'NISI _ ments.KentWA.gov to obtain copies of all agreements rev.20221201 �-� KEN T PUBLIC WORKS AGREEMENT between City of Kent and Dimensional Communications, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Dimensional Communications, Inc., organized under the laws of the State of Washington, located and doing business at 1220 Anderson Rd, Mount Vernon, WA 98274, (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: Contractor shall provide all labor and materials to install a new A/V system at the Kent Municipal Court in accordance with its November 7, 2023 proposal, attached and incorporated as Exhibit A. Contractor's work shall be coordinated with the City's general contractor performing courtroom renovations. 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 as soon as reasonably possible. It will be incumbent upon Contractor to coordinate its work with the work of the City's general contractor to facilitate timely and efficient installation of the A/V system. It is anticipated that Contractor's A/V work will begin in January 2024. Upon execution of this Agreement, Contractor shall begin procuring the materials detailed in Exhibit A. Absent any unreasonable delay by the City's general contractor in completing its renovation work to a point that Contractor may begin the work detailed in Exhibit A, Contractor's work shall be completed no later than June 30, 2024. 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 $294,209.18, 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 PUBLIC WORKS AGREEMENT - 1 (Over$20K with Performance Bond) 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. 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. E. Liquidated Damages for Unexcused Delays. 1. The Contractor recognizes that any unexcused delay by the Contractor in the prosecution and completion of the work will cause inconvenience and expense to the City, its lessees, and other users of City facilities. It is further acknowledged by the Contractor that unexcused delays in the prosecution and completion of the work may seriously interfere with and delay court proceedings. 2. It is recognized that it will be impracticable and extremely difficult to ascertain and determine the actual damages, as generally described above, which will be suffered by the City as a result of an unexcused delay by the Contractor. In such circumstances, the Contractor shall be liable to the City for liquidated damages in the amount $300 for each calendar day following the anticipated completion date until Contractor achieves Final Completion. The amounts specified in this section as liquidated damages shall not be considered to be a penalty, it being the express agreement of the Contractor and the City that the liquidated damages provided herein shall be considered a reasonable approximation of actual damages to be suffered by the City for late performance. 3. Any deduction or payment of liquidated damages shall not in any way release the Contractor from any further or other obligation and liability with respect to Contractor's obligation to achieve final completion. PUBLIC WORKS AGREEMENT - 2 (Over$20K with Performance Bond) 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. 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 PUBLIC WORKS AGREEMENT - 3 (Over$20K with Performance Bond) 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. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor, PUBLIC WORKS AGREEMENT - 4 (Over$20K with Performance Bond) 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 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. 1-YEAR LABOR AND MATERIAL 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. For 1-year following project completion, the Contractor shall, at its sole cost, promptly correct PUBLIC WORKS AGREEMENT - 5 (Over$20K with Performance Bond) 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 the time periods per the Service Response Levels provided below following its receipt of notice from the City of a 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. Service Response Levels are as follows: 1) Moves, Adds, and Changes: 5-10 business days response. 2) Non-Emergency Service issues: 1-2 business days response. Repair, to interim or complete functionality, shall be guaranteed within 96 hours of Client's notification unless otherwise agreed to between the parties. Non-emergency service is defined as for a failure of equipment in a room that does not affect the room's overall audio video use functionality. 3) Emergency Service: 2 hour remote response, 4 hour onsite response from Client's notification, if needed and in consultation with Client. Repair shall be guaranteed within 72 hours of initial response. Emergency service is defined as for a failure of equipment in a room that disables the room's overall audio video use functionality. This 1-year warranty shall cover all equipment and materials installed by Contractor in accordance with Exhibit A. Contractor shall be responsible for the cost of all labor, materials, and replacement equipment. 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. 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. PUBLIC WORKS AGREEMENT - 6 (Over$20K with Performance Bond) 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. 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 PUBLIC WORKS AGREEMENT - 7 (Over$20K with Performance Bond) or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 8 (Over$20K with Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: Dimensional Communication CITY OF KENT• Rib DigtallysignedbyRobCuster —i -Rob Custer,.-Dimensional Communications,Inc.,ou=Vlce 1l President, By:-Custer - DateII2023c 2,1808:21:36 08'00'115 By, -- — -- -- Print Name: Rob Custer Print Name: Dana Ralph Its Vice President Its Mayor (title) DATE: 12-18-2 02 3 DATE: 12/28/2023 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: James L. Gallegos Brian Rambonga Dimensional Communications, Inc. 1220 Anderson Rd City of Kent Mount Vernon, WA 98274 220 Fourth Avenue South Kent, WA 98032 360-424-6164 (telephone) iamesg( dimensional.net (email) (253) 856-4610 (telephone) brambonga(&kentwa.gov (email) APPRO I-ED AS TOTFRM: Kent Law Departrme t ATTEST: �1 W414 M�� 104, 444 4 Kent City Clerk PUBLIC WORKS AGREEMENT - 9 (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. ROy� Digitallysig,,dbyRobC.,t uDN:c Rob Custer,o Dimensional Com m unications,Inc,,—Vice Custer I C 1yP President, By: `user _ DateII2023c 2a180824331-08'00 US For: Dimensional Communications Title: vice President Date: 12-18-2023 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 (Insert Date), 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. Insert Bidder's Business Name Dimensional Communications Digitally signed by Rob Custer DN:cn=Rob Custer,—Dimensional Rob C u st e r Comdent, tions,lnc,—Vile President, mail=robe@dimensional.net,-US By. _ Signature of Authorized Official* Printed Name: Rob Custer Title: Vice President Date: 12-18-2023 City and State: Mount Vernon, WA *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 EXHIBIT EyA LULLLM oaaaa UL�a��oao�aQooa�� L; Mo ntVernon, WA98274 F.•360.424.8872 x1331 www.dimensional.net Co u rtro o m A/V Prop osa 1 November 7, 2023 Submitted to: City of Kent Contact: Brian Rambonga 220 Fourth Avenue South Kent, WA 98032 Email: BRambonga@kentwa.gov Scope of work: Provide and install anew A/V system in the municipal courtroom. The new system will feature video teleconferencing capabilities, improved microphone coverage, and a new control system. For the video teleconferencing, multiple cameras will be installed: two new controllable pan- tilt-zoom (PTZ) cameras- one at the front of the room to capture the prosecuter and defense or for jury selection. The second camera will be installed at the back of the room to capture the bench area including the judge and whitness. During a video call the image sent out will be a single screen of any of the cameras or a two-way split screen where one window will show the front facing camera, the second will show the rear facing camera, or a three-way split screen that shows the two cameras plus content from any of the HDMI input locations. Alternatively, the video image can be just one of the camera feeds or a content feed. The video will be connected to the conferencing PC (currently the clerks PC) via USB and will be available to conferencing formats such as Zoom or Teams. A new 85"display will be installed on the wall to the left of the bench. A new document camera will be installed to allow council to be able to show objects or printed content via the document camera on the main display or a video conference call. The audio system will be built around a new digital signal processor (DSP) that will ingest all microphone inputs and route them as needed to the in room speakers, to the video conferencing PC via USB, and to the AV Capture All PC. The DSP will also provide control and processing of all audio functions. New microphones will be installed at the judge, defense, whitness, and prosecution locations that will feature a push-to-mute function for private comments between the parties at those locations. There will also be an ambient microphone placed at the bench that will pick up sound from the room to be included on the recording. This ambient mic will also be muted when any of the mute buttons are activated. A ceiling array microphone will be installed above the jury selection/audience area to pickup any audio from the seating area for recording and voice re-enforcement for the judge. One new digital wireless handheld microphone systems will be provided to be used as a portable microphone. New high quality speakers will be installed in place of the existing speakers, and new amplifiers will be installed to power them. Two new ceiling speakers will be installed at the judge's location, four new speakers will be installed above the audience. The existing assistive listening system will be re- used to provided accommodations for those who are hearing impaired. To control the system, a new touch panel will be provided at the clerks location. The touch panel will feature a custom user interface that will be designed to provide intuitive control of features such as camera presets and volume levels. EXHIBI((T�y�����A LINUM ooaaa aoaaoaoaaQoaa�� OLLLo Mount Vernon, WA98274 F:360.424.8872 x1331 www.dimensional.net A new centrally located equipment rack will be installed to house all of the equipment for the four courtrooms in the IDF. Courtroom System Item Quantity Description 1. 1 QSC TSC-70-G3 7" Touch panel 2. 1 QSC TSC-710t-G3 table top kit 3. 1 Magawell HDMI to USB Coverter 4. 1 Sennheiser EW-D 835-S Set Hand Held Wireless 5. 1 Sennheiser EW-D Charging Set 6. 1 Sennheiser EW-D ASA Antenna Combiner 7. 1 Elmo TT-12w Document Camera 8. 2 PTZ Optics PT12X4KGYG3 12x 4K PTZ camera 9. 2 PTZ Optics PTCMIWH Universal Ceiling Mount 10. 4 Visionary Solutions PacketAV E4100 AV encoder 11. 6 Visionary Solutions PacketAV D4100 AV Decoder 12. 1 Crestron HD-DA2-4KZ-E 2 Port HDMI Distribution Amplifier 13. 2 Crestron HD-TX-101-C-E Transmitter 14. 2 Crestron HD-RX-101-C-E Receiver 15. 1 Biamp AMP-A460H Amplifier 16. 4 Audix ATSILP Desktop Mic Base 17. 4 Audix ADX18 Gooseneck Condenser Microphone 18. 1 Audix ADX60 Boundary Microphone 19. 1 Shure MXA920 White Round Ceiling Microphone Array 20. 1 Extron USB Extender Plus T 21. 1 Extron USB Extender Plus R 22. 1 Crossbow 4X1 Seamless Switcher/Multiviewr 23. 1 Sony FWD85X81CH/AL 85" Display 24. 1 Chief PNRIWUB articulating wall mount 25. 1 Chief PAC501b back box 26. 3 Beetronics 17HD7M 17" Whitness, Judge and Clerk Monitor 27. All Cable and Connectors 28. 2 DCI Custom Floorbox Plates 29. 6 JBL Control 24CT Ceiling Speakers 30. Lot Installation, testing, programming, training 31. 1-Year Labor and Material Warranty 32. Lot Standard Ground Freight **Sixty One Thousand Five Hundred and Ninety Six Dollars and 661100 + WSST**61,596.66** *Please note that courtroom#4 includes a second 85"monitor,mount,backbox,and decoder that the other courtrooms do not contain. EXHIBIT LUNUM MILL aoaao LULLVUoa�� ME& Mount Vernon,WA98274 F.•360.424.8872 x1331 www.dimensionaLnet Shared equipment rack in OF Item Quantity Description 1. 1 Middle Atlantic ERK-4425 44 space equipment rack free standing 2. 1 Middle Atlantic PD-915RV-RN rack mount power panel 3. 1 Middle Atlantic Rack Vents VT2 4. 3 Middle Atlantic Rack Blank panels BL2 5. 4 Middle Atlantic PD-2420SC-NS Horizontal Power 6. Lot Misc mounting hardware and rack fab hardware 7. 2 QSC Core 110f Audio DSP 8. 2 QSC Scripting and Deployment License 9. 1 48-Port Network Switch 10. Lot Installation, testing, programming, training 11. 1-Year Labor and Material Warranty 12. Lot Standard Ground Freight **Seventeen Thousand Nine Hundred Ninety One Dollars and 301100 + WSST**17,991.30** Note:This proposal does not include any electrical additions or alterations of any kind;all electrical work to be provided by others. This proposal does not include sales tax. This proposal includes applicable prevailing wage labor rates per Washington State requirements. This proposal includes for equipment, installation, testing, and final commissioning of the system, as outlined above. Any changes to scope will be accompanied by an updated proposal. This proposal excludes error and omissions/professional liability insurance Total price per room $61,596.66 Price for QTY 4 courtrooms $246,386.66 Price for equipment rack in IDF $17,991.30 Total project price $264,377.96 Performance and Bid Bond $2,842.00 Washington State Sales Tax (10.1%) $26,989.22 Grand Total Project $294,209.18 Submitted by:James L Gallegos Time payment options are available upon request. Purchase Order Cash Terms:50%down with balance due at installation. This proposal may be withdrawn if not accepted within thirty(30)days. DCI Authorized Signature: All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders,and will become an extra charge over and above the estimate. All agreements contingent upon strikes,accidents or delays beyond our control.Owner to carry fire,tornado and other necessary insurance. Our workers are fully covered by Workmen's Compensation Insurance. You agree that Dimensional retains a security interest in all personal property delivered pursuant to the acceptance of this proposal and to any equipment later ordered by you from Dimensional,until such time as payment of all amounts due to Dimensional are made in full. If you fail to make any payments when due,Dimensional may require you to return all personal property delivered,make it available to Dimensional for recovery,or exercise any of her rights or remedies arising from RCW 62A.9A. Regardless of default,we may also file a mechanic's lien,UCC-1 form and other collateral registration.By signing this proposal you consent to such filings.All liens and security interests,if incorporated,will be released upon full payment of all amounts due Dimensional arising from or related to this proposal. Acceptance of Proposal: The above prices,specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. Authorized Signature Date of Acceptance: _ 12/28/2023 (EZOZ W31SAS AV ami- inoo)1N3IN AO UlO leu'�euoisu•wip'nvu� 1•u'�euw,suewip®iap:pew-3 *'•�ZL99bZbU9E b949bN09E (1nOwi 301n30 AV)llVM8 W01j °7p0 °�3CJOObD70CJOLJLJO7 s9DCJO043CJflLJ0O ��`' JI po, she Q Q Q :. Z tl$gb gigAe.s z3 5 ° 4 w Of J R rr aV°ae s i, —.0 O LU l saaILL El ___ _ ___ _ Ir E a p p 1�11' sws ---------- ----_- m a s ono J �I s=i;F e'�-��sIw3 i ;am I ---------------------------------------------- --------------------'g-k 3 M �4I�,3 3���3 0 0 0 0 gas LL g L_� _EJ , $o ep age � �+ a � IOW `?�.� I IIp�n I a� gio Ala e 8 5 1; m 0 M w4 33I F.H 31 jh', wk � HHE �4 H-11111 C) o oLU e e e e ---------------------------------------------------------------------------------- > s =a o ijg w „=gip"# a€ 0EE 0O 3ml! Fall= 'M ry lJL 0 0 0 0 6 ` II I III I I ' a � o I e I I a� I I II � III � I 0 Q F- LU (EZOZ W31SAS AV ami- inOO)1N3IN AO UIO leu'leuoisuewip'. Isu'Ieuw,suewip®iap:pew-3 *'e�ZL99bZbU9E b949bN09E (inOAV130IA30 AV)ONI1130r W-M °flp0 °�3pO0bD70CJ0baO7 S9DCJO0�3CJflb0O ��`' �N O �4 JI } yy=13;M Q LU ggg g�' 3 I I > 9 mull. �g ➢s yr -: oawssE@ag a Z mY mtl a 3483€ YE2:TS W z II , „ I des w P = tl. HIM ------------------------------------ --------- o � � &43aa ----------------------------------------------------------------------------- 0 I II �L_L _ IIW< � l o I L—J I I ' O _________ _________________________________________ _ _ g U a� w LU , Q I _ O p - a I of III F ---------------- - ------------ ----------------------------------------------------------------------------------------- --------- I Lq�k II a Ili ________.---_____ _ I y � I I w� Q X W Exhibit B Insurance Requirements 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: Commercial General Liability insurance shall be written on Insurance Services Office (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. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $2,000,000 per occurrence, and a $2,000,000 products- completed operations aggregate limit. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an 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 claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. 10/19/23,8:59AM 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: 10/19/2023 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1 C View King Brick Mason Journey Level $69.07 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N View King Building Service Employees Janitor $29.33 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $74.96 15J 4C View King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View King Carpenters Journey Level $74.96 15J 4C View King Carpenters Scaffold Erector $74.96 15J 4C View King Cement Masons Application of all Composition $72.87 15J 4U View Mastic King Cement Masons Application of all Epoxy $72.37 15J 4U View Material King Cement Masons Application of all Plastic $72.87 15J 41J View Material King Cement Masons Application of Sealing $72.37 15J 41J View Compound King Cement Masons Application of Underlayment $72.87 15J 41J View King Cement Masons Building General $72.37 15J 4U View King Cement Masons Composition or Kalman Floors $72.87 15J 4U View King Cement Masons Concrete Paving $72.37 15J 4U View King Cement Masons Curb Et Gutter Machine $72.87 15J 4U View King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 41J View King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank 1/18 10/19/23,8:59AM about:blank King Cement Masons Floor Grinding $72.87 15J 4U View King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View King Cement Masons Green Concrete Saw, self- $72.87 15J 4U View powered King Cement Masons Grouting of all Plates $72.37 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View King Cement Masons Gunite Nozzleman $72.87 15J 4U View King Cement Masons Hand Powered Grinder $72.87 15J 4U View King Cement Masons Journey Level $72.37 15J 4U View King Cement Masons Patching Concrete $72.37 15J 4U View King Cement Masons Pneumatic Power Tools $72.87 15J 4U View King Cement Masons Power Chipping Et Brushing $72.87 15J 4U View King Cement Masons Sand Blasting Architectural $72.87 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View King Cement Masons Spackling or Skim Coat $72.37 15J 4U View Concrete King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $72.87 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $93.94 15J 4C View King Divers Et Tenders Diver $129.71 15J 4C 8V View King Divers Et Tenders Diver On Standby $88.94 15J 4C View King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $98.26 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $102.26 15J 4C View Compressed Air Worker 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.26 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.76 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 10/19/23,8:59AM about:blank King Divers 8t Tenders Hyperbaric Worker - $120.76 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Divers Et Tenders Manifold Operator $80.82 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15J 4C View King Divers 8t Tenders Remote Operated Vehicle $80.82 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $75.41 15J 4C View Tender King Dredge Workers Assistant Engineer $79.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View King Dredge Workers Boatmen $79.62 5D 3F View King Dredge Workers Engineer Welder $81.15 5D 3F View King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View King Dredge Workers Mates $79.62 5D 3F View King Dredge Workers Oiler $79.01 5D 3F View King Drywall Applicator Journey Level $74.96 15J 4C View King Drywall Tapers Journey Level $74.50 5P 1 E View King Electrical Fixture Maintenance Journey Level $37.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $105.59 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $113.52 7C 4E View King Electricians - Inside Certified Welder $101.98 7C 4E View King Electricians - Inside Certified Welder (tunnel) $109.56 7C 4E View King Electricians - Inside Construction Stock Person $49.28 7C 4E View King Electricians - Inside Journey Level $98.38 7C 4E View King Electricians - Inside Journey Level (tunnel) $105.59 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $93.00 5A 4D View Construction King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction King Electricians - Powerline Groundperson $55.27 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View Construction King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $85.42 5A 4D View Construction King Electricians - Powerline Powderperson $63.50 5A 4D View I Construction King Electronic Technicians Journey Level $63.38 7E 1 E View King Elevator Constructors Mechanic $107.49 7D 4A View King Elevator Constructors Mechanic In Charge $116.13 7D 4A View about:blank 3/18 10/19/23,8:59AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R View Products Work Only King Fence Erectors Fence Erector $50.07 15J 4V 8Y View King Fence Erectors Fence Laborer $50.07 15J 4V 8Y View King Flaggers Journey Level $50.07 15J 4V 8Y View King Glaziers Journey Level $79.16 7L 1Y View King Heat Et Frost Insulators And Journey Level $87.15 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $62.49 15J 4V 8Y View King Industrial Power Vacuum Journey Level $15.74 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By Remote Control _ King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $74.96 15J 4C View King Ironworkers Journeyman $85.80 15K 11 N View King Laborers Air, Gas Or Electric Vibrating $59.07 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $60.90 15J 4V 8Y View King Laborers Ballast Regular Machine $59.07 15J 4V 8Y View King Laborers Batch Weighman $50.07 15J 4V 8Y View King Laborers Brick Pavers $59.07 15J 4V 8Y View King Laborers Brush Cutter $59.07 15J 4V 8Y View King Laborers Brush Hog Feeder $59.07 15J 4V 8Y View King Laborers Burner $59.07 15J 4V 8Y View King Laborers Caisson Worker $60.90 15J 4V 8Y View King Laborers Carpenter Tender $59.07 15J 4V 8Y View King Laborers Cement Dumper-paving $60.15 15J 4V 8Y View about:blank 4/18 10/19/23,8:59AM about:blank King Laborers Cement Finisher Tender $59.07 15J 4V 8Y View King Laborers Change House Or Dry Shack $59.07 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $60.15 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 4V 8Y View King Laborers Choker Setter $59.07 15J 4V 8Y View King Laborers Chuck Tender $59.07 15J 4V 8Y View King Laborers Clary Power Spreader $60.15 15J 4V 8Y View King Laborers Clean-up Laborer $59.07 15J 4V 8Y View King Laborers Concrete Dumper/Chute $60.15 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $59.07 15J 4V 8Y View King Laborers Concrete Placement Crew $60.15 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $60.15 15J 4V 8Y View Driller King Laborers Crusher Feeder $50.07 15J 4V 8Y View King Laborers Curing Laborer $59.07 15J 4V 8Y View King Laborers Demolition: Wrecking 8t Moving $59.07 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J 4V 8Y View King Laborers Diver $60.90 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $60.15 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $59.07 15J 4V 8Y View King Laborers Dump Person $59.07 15J 4V 8Y View King Laborers Epoxy Technician $59.07 15J 4V 8Y View King Laborers Erosion Control Worker $59.07 15J 4V 8Y View King Laborers Faller 8t Bucker Chain Saw $60.15 15J 4V 8Y View King Laborers Fine Graders $59.07 15J 4V 8Y View King Laborers Firewatch $50.07 15J 4V 8Y View King Laborers Form Setter $60.15 15J 4V 8Y View King Laborers Gabian Basket Builders $59.07 15J 4V 8Y View King Laborers General Laborer $59.07 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $62.49 15J 4V 8Y View King Laborers Grinders $59.07 15J 4V 8Y View King Laborers Grout Machine Tender $59.07 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $60.15 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $59.07 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $60.90 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $60.15 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $59.07 15J 4V 8Y View C) King Laborers High Scaler $60.90 15J 4V 8Y View King Laborers Jackhammer $60.15 15J 4V 8Y View King Laborers Laserbeam Operator $60.15 15J 4V 8Y View about:blank 5/18 10/19/23,8:59AM about:blank King Laborers Maintenance Person $59.07 15J 4V 8Y View King Laborers Manhole Builder-Mudman $60.15 15J 4V 8Y View King Laborers Material Yard Person $59.07 15J 4V 8Y View King Laborers Mold Abatement Worker $59.07 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $62.59 15J 4V 8Y View King Laborers nozzleman (concrete pump, $62.49 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 $60.15 15J 4V 8Y View King Laborers Pilot Car $50.07 15J 4V 8Y View King Laborers Pipe Layer (Lead) $62.49 15J 4V 8Y View King Laborers Pipe Layer/Tailor $60.15 15J 4V 8Y View King Laborers Pipe Pot Tender $60.15 15J 4V 8Y View King Laborers Pipe Reliner $60.15 15J 4V 8Y View King Laborers Pipe Wrapper $60.15 15J 4V 8Y View King Laborers Pot Tender $59.07 15J 4V 8Y View King Laborers Powderman $60.90 15J 4V 8Y View King Laborers Powderman's Helper $59.07 15J 4V 8Y View King Laborers Power Jacks $60.15 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $60.15 15J 4V 8Y View King Laborers Raker -Asphalt $62.49 15J 4V 8Y View King Laborers Re-timberman $60.90 15J 4V 8Y View King Laborers Remote Equipment Operator $60.15 15J 4V 8Y View King Laborers Rigger/Signal Person $60.15 15J 4V 8Y View King Laborers Rip Rap Person $59.07 15J 4V 8Y View King Laborers Rivet Buster $60.15 15J 4V 8Y View King Laborers Rodder $60.15 15J 4V 8Y View King Laborers Scaffold Erector $59.07 15J 4V 8Y View King Laborers Scale Person $59.07 15J 4V 8Y View King Laborers Sloper (Over 20") $60.15 15J 4V 8Y View King Laborers Sloper Sprayer $59.07 15J 4V 8Y View King Laborers Spreader (Concrete) $60.15 15J 4V 8Y View King Laborers Stake Hopper $59.07 15J 4V 8Y View King Laborers Stock Piler $59.07 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $50.07 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $60.15 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $60.15 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $60.15 15J 4V 8Y View Shorer 8t Cribber) King Laborers Toolroom Person (at Jobsite) $59.07 15J 4V 8Y View King Laborers Topper $59.07 15J 4V 8Y View King Laborers Track Laborer $59.07 15J 4V 8Y View about:blank 6/18 10/19/23,8:59AM about:blank King Laborers Track Liner (Power) $60.15 15J 4V 8Y View King Laborers Traffic Control Laborer $53.54 15J 4V 9C View King Laborers Traffic Control Supervisor $56.73 15J 4V 9C View King Laborers Truck Spotter $59.07 15J 4V 8Y View King Laborers Tugger Operator $60.15 15J 4V 8Y View King Laborers Tunnel Work-Compressed Air $175.79 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $180.82 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $184.50 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $190.20 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $197.42 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $201.32 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $203.32 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $62.59 15J 4V 8Y View Tender King Laborers Tunnel Work-Miner $62.59 15J 4V 8Y View King Laborers Vibrator $60.15 15J 4V 8Y View King Laborers Vinyl Seamer $59.07 15J 4V 8Y View King Laborers Watchman $45.51 15J 4V 8Y View King Laborers Welder $60.15 15J 4V 8Y View King Laborers Well Point Laborer $60.15 15J 4V 8Y View King Laborers Window Washer/Cleaner $45.51 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $59.07 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $60.15 15J 4V 8Y View Et Water King Landscape Construction Landscape $45.51 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $74.96 15J 4C View King Marble Setters Journey Level $69.07 7E 1 N View King Metal Fabrication (In Shop), Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication (In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication (In Shop). Mechanic $43.63 151 11 E View King Metal Fabrication (In Shop), Welder/Burner $39.28 151 11 E View King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $15.74 1 View King Modular Buildings Electrician $15.74 1 View about:blank 7/18 10/19/23,8:59AM about:blank King Modular Buildings Equipment Maintenance $15.74 1 View King Modular Buildings Plumber $15.74 1 View King Modular Buildings Production Worker $15.74 1 View King Modular Buildings Tool Maintenance $15.74 1 View King Modular Buildings Utility Person $15.74 1 View King Modular Buildings Welder $15.74 1 View King Painters Journey Level $51.71 6Z 11 J View King Pile Driver Crew Tender $80.82 15J 4C View King Pile Driver Journey Level $75.41 15J 4C View King Plasterers Journey Level $70.91 7Q 1 R View King Plasterers Nozzleman $74.91 7Q 1 R View King Playground Et Park Equipment Journey Level $15.74 1 View Installers King Plumbers Et Pipefitters Journey Level $100.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View Equipment King Power Equipment Operators Brooms $78.65 15J 11G 8X View King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View King Power Equipment Operators Cableways $83.62 15J 11G 8X View King Power Equipment Operators Chipper $82.88 15J 11G 8X View King Power Equipment Operators Compressor $78.65 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $82.25 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View over King Power Equipment Operators Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments about:blank 8/18 10/19/23,8:59AM about:blank King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $83.95 7A 11H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11 H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $82.88 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $82.25 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 151 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $85.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Not Including 8 Yards about:blank 9/18 10/19/23,8:59AM about:blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $84.46 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View Distribution 8t Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators Power Plant $78.65 15J 11G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $83.62 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete &t Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View Yards And Over about:blank 10/18 10/19/23,8:59AM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View about:blank 11/18 10/19/23,8:59AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 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 $83.20 7A 11 H 8X View 1 Underground Sewer Et Water tons with attachments I King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 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 $86.48 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 $83.95 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 $85.66 7A 11 H 8X View Underground Sewer 8t Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View I Underground Sewer Et Water attachments, a-frame over 10 ltons King Power Equipment Operators- Crusher $82.88 15J 11G 8X View L_ Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer 8t Water (power) about:blank 12/18 10/19/23,8:59AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $82.88 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) about:blank 13/18 10/19/23,8:59AM about:blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield ' King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View Underground Sewer 8t Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View Underground Sewer Et Water 45 Yards about:blank 14/18 10/19/23,8:59AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11 G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11 G 8X View Underground Sewer 8t Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11 G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15J 11 G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11 G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11 G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $82.25 15J 11 G 8X View Underground Sewer 8t Water King Power Equipment Operators- Tower Crane: over 175' through $85.66 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 $84.77 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer 8t Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11 G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $82.88 15J 11 G 8X View Underground Sewer 8t Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11 G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers about:blank 15/18 10/19/23,8:59AM about:blank 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 $93.51 6Z 1G View Mechanics King Residential Brick Mason Journey Level $69.07 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 $74.96 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $100.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $93.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $96.42 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View King Residential Sprinkler Fitters Journey Level $58.26 5C 2R View ,(Fire Protection), King Residential Stone Masons Journey Level $69.07 7E 1 N View King Residential Terrazzo Workers Journey Level $62.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $61.95 5A 3H View King Roofers Using Irritable Bituminous $64.95 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Crane $41.83 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View about:blank 16/18 10/19/23,8:59AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $41.83 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4.1 View King Shipbuilding Et Ship Repair New Construction $41.83 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 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 $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 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 $51.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers 8t Installers Journey Level $58.04 0 1 View .(Electrical), King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View Electrical). King Soft Floor Lavers Journey Level $66.32 15J 4C View King Solar Controls For Windows Journey Level $15.74 1 View King Sprinkler Fitters (Fire Journey Level $93.99 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $15.74 1 View Structural), King Stone Masons Journey Level $69.07 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View Surveyor King Surveyors Chainman $78.95 7A 11 H 8X View King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $63.38 7E 1 E View about:blank 17/18 10/19/23,8:59AM about:blank King Telephone Line Construction - Cable Splicer $40.11 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.67 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $33.49 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.90 5A 2B View Outside King Terrazzo Workers Journey Level $62.36 7E 1N View King Tile Setters Journey Level $62.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $53.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $89.54 15L 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View King Truck Drivers Dump Truck $74.02 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $74.95 15J 11M 8L View King Truck Drivers Other Trucks $74.95 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $74.95 15J 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $15.74 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 PAYMENT AND Travelers Casualty and Surety Company of America PERFORMANCE BOND Bond No.:107845118 KNOW ALL PERSONS BY THESE PRESENTS, That we, Dimensional Communications Inc as principal, (hereinafter called the "Principal"), and Travelers Casualty and Surety Company of America , a Connecticut corporation, as surety, (here nafter called the "Surety"), are held and firmly bound unto City of Kent , as Obligee, in the sum of Two Hundred Ninety Four Thousand Two Hundr d Nine&18/xx Dollars ( $294,209.18 )for the payment whereof said Principal and Surety ind themselves,jointly and severally, as provided herein. WHEREAS, the Principal has entered into a Contract with Obligee dated December 2023 to perform construction work for New A/V System at the Kent Municipal Court ("Contract"). NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly and faithfully perform the Construction Work to I ie performed under the Contract, and shall promptly make payment to Claimants, as hereinafter defin d, for all labor and material actually used, consumed or incorporated in the performance of the C nstruction Work under the Contract, then this obligation shall be null and void; otherwise to remain ii i full force and effect. Surety's obligations hereunder to Obligee shall not arise unless Principal is in default under the Contract for failing to perform the Constru tion Work, and has been declared by Obligee to be in default under the Contract for failing to perform the Construction Work; and Obligee has performed its obligations under the Contract. In such eve it, Surety shall have a reasonable period of time to: 1. Upon entering into an accep able written takeover agreement with Obligee, undertake to perform and complete the Construction ork to be done under the Contract; or 2. Obtain bids or negotiated roposals from qualified contractors for a contract for completion of the Construction Work to be done under the Contract, arrange for a contract to be prepared for execution by Obligee and contractor, to be secured with performance and payment bonds executed by a qualified surety; or 3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1 and 2 above, and with reasonable promptness under the circumstances: (a) After investigation, determine the amount for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender payment ther for to the Obligee; or (b) Deny liability in whole or in part and notify the Obligee citing reasons theref r. 4. The Contract balance, as defined below, shall be credited against the reasonable construction cost of complet ng the Construction Work to be performed under the Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable construction cost of completing the Constru tion Work exceeds the Contract balance, Surety shall pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount of this bond. If Surety completes the work PL rsuant to paragraph 1 above, that portion of the Contract balance as may be required to complete th Construction Work to be done under the Contract and to reimburse Surety for its outlays shall be pad to Surety at the times and in the manner as said sums would have been payable to Principal had there been no default under the Contract. To the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee, Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's aggregate liability shall not exceed the penal sum of this bond. The to m "Contract balance" as used herein shall mean the total amount payable by Obligee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to Principal under the Contract. The term "Construction Work" as used herein shall mean the providing of all labor nd/or material necessary to complete Principal's scope of work under the Contract. Notwithstanding ny language in the Contract to the contrary, the Contract balance shall not be reduced or set off on account of any obligation, contractual or otherwise, except the reasonable construction cost incurred in completing the Construction Work. 5. Any suit by Obligee under t is bond must be instituted before the earlier of: (a) the expiration of one year from the date of sutistantial completion of the Construction Work, or (b) one year after Principal ceased performing the T onstruction Work, excluding warranty work. If the public works bond statutes in the location whey the Construction Work is being performed contains a statute of limitations for suits on the perfor nce bond, then the limitation period set forth herein shall be read out of this bond and the statute of imitation set forth in the public works bond statutes shall be read into this bond. If the limitation set forth in this bond is void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable, and said period of limitation shall be deemed to have accrued and shall commence to run no later than (y) the date of substantial completion f the Construction Work, or (z) the date Principal ceased performing Construction Work, excluding wE rranty work, whichever occurs first. 6. A Claimant is defined as one other than Obligee having a contract with Principal or with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or material is actually used, consumed or incorporated n the performance of the Construction Work under the Contract. 7. Principal and Surety herebl jointly and severally agree with Obligee that every Claimant as herein defined who has not b en paid in full before the expiration of a period of ninety (90) days after the date on which the last ol such Claimant's work or labor was done or performed or materials were furnished by such Claimant, may bring suit on this bond, prosecute the suit to final judgment for the amount due under Clai ant's contract for the labor and/or material supplied by Claimant which was actually used, consumed or incorporated in the performance of the Construction Work, and have execution thereon; provided, however, that a Claimant having a direct contractual relationship with a subcontractor of Princir al shall have a right of action on this bond only if said Claimant notifies Surety in writing of its cl im within ninety (90) days from the date on which said Claimant did or supplied the last labor and/ r materials for which the claim is made. Obligee shall not be liable for the payment of any costs or exr enses of any such suit. 8. No suit or action shall be commenced hereunder by any Claimant after the expiration of the earlier of: (a) one year after the day en which Claimant last supplied the labor and/or materials for which the claim is made; or (b) the limitation period set forth in the public works bond statutes, if any, in the location where the construction work is being performed. Any limitation contained in this bond which is prohibited by any law control ing in the state where the suit is filed shall be deemed to be amended so as to be equal to the mini um period of limitation permitted by the law of that state, and said period of limitation shall be deemed to have accrued and shall commence to run on the day Claimant last supplied the labor and/or mate rials for which the claim is made. 9. No suit or action shall be c mmenced hereunder by Obligee or any Claimant other than in a state court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is s tuated, and not elsewhere. 10. The amount of this bond shal be reduced by and to the extent of any payment or payments made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s) or otherwise in discharge of Principal's obligations. Surety's liability hereunder to Obligee and all Claimants is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein. Surety may, at its option, discharge all obligations under this bond by interpleading into the registry of any court of competent jurisdiction of the full up used penal sum of this bond, or such portion thereof that will satisfy the obligations owed to Obligee ind/or Claimant(s). No right of action shall accrue on this bond to any person or entity other than Obligee and/or Claimant(s). The bond shall not afford coverage for any liability of Principal for ortious acts, whether or not said liability is direct or is imposed by the Contract, and shall not se me as or be a substitute for or supplemental to any liability or other insurance required by the Contract. Payment and P rformance Bond Page 2 of 3 11. This bond is provided to comply with a statutory or other legal requirement for performing construction contracts for publi owners in the location where the construction work is being performed. Except as provided in pe ragraphs 5 and 8 above, all provisions in the bond which are in addition to or differ from those statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a statutory bond, not a common law bond. Signed this 19th day of December 2023 Dimensional Communications Inc (Principal) By: 1 Travelers Casualty and Surety Company of America By: Eric Dykstra Attorney-in-Fact Payment and F erformance Bond— Page 3 of 3 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS i St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations dt ly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitut and appoint Eric Dykstra of Burlington Washington , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the rature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contractE and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrum ant to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. C `fs Vi M 9 � EK 0 4J 3,N fr State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 3rd day of February,2017,before me personally app ared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers C 3sualty and Surety Company, and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoin instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. 6 Ql�tR. tau My Commission expires the 30th day of June,2021 0W!� m * p��tp rt Marie C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of t e following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Com any, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairmz n,any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,tl ie Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, mcognizances,contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said ofl icers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to ne or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secrets and it is FURTHER RESOLVED,that any bond, recognizance, contract o indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice Presidei it, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b) duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;an it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assis ant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Residen Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writin Is obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and bindir g upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Corr 3any in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of avelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,do iereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force ind effect. Dated this 1017 day of C �� ,T t45krFOfCl, �d W HkATf,^.f,"a'. CgNt, LEAE Kevin E.Hughes,Assi tant Secretary To verify the authenticity of this ic 7wer ofAttorney,please call us at 1-800-421-3880, Please refer to the above-named Attorney-in- act and the details of the bond to which the power is attached. DATE(MM/DD/YYYY) ACORO° CERTIFICATE OF LIABILITY INSURANCE F1 2/20I2023 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 CONTACT NAME: Jackie Crandall Linde Insurance Inc. PHONE (360)336-6168 FAX No; (360)336-5787 A N Ex P O BOX A E-MAIL @ ADDRESS: Jackie@lindeinsuranceinc.com Mount Vernon, WA 98273 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: American Fire and Casualty Company 24082 INSURED INSURERB: NATIONAL INDEMNITY Dimensional Communications Inc INSURERC: Ohio Casualty 24074 1220 Anderson Rd INSURER D: Mount Vernon, WA 98274 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 00100300-16160806 REVISION NUMBER: 2 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 D IN WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY Y Y BKS57923780 07/12/2023 07/12/2024 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED X PREMISES Ea occurrence) ccurrence $ 1,000,000 MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY I PE� LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ OM B AUTOMOBILE LIABILITY 72APBOO7148 09/12/2023 09/12/2024 Ea aacideD SINGLE LIMIT $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY X AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident C UMBRELLA LIAB X OCCUR Y Y ES057923780 07/12/2023 07/12/2024 EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DIED T7 RETENTION$ $ A AND EMPLOYERS' YERS'LIABILITY IONILIT Y BKS57923780 07/12/2023 07/12/2024 STATUTE X ERH Stop Gap AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN 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 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The City of Kent shall be named as additional insured with Primary Non Contributory wording and waiver of subrogation included per endorsement#CG8810, CG8870, CG8583, CE6594. 45 days Notice of Cancellation provided by separate endorsement attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN The City Of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South Kent, WA 98032 ALIT RIZED REPRESENTATIVE / �C%vKICLG;'" (JMC) ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Printed by JMC on 12/20/2023 at 03:49PM POLICY NUMBER: BKA5 7 92 3 7 8 0 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 45 (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 24 10 93 Copyright Insurance Services Office, Inc., 1992 CE 65 94 06 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TRANSFER OF YOUR RIGHTS AND DUTIES UNDER THIS POLICY The following condition is added to SECTION VI -CONDITIONS: This insurance will not be invalidated should the Insured waive in writing prior to "loss" any and all rights of recovery against all subsidiary and affiliated organizations of the Named Insured for"loss"occurring to any and all coverages provided by this policy. This endorsement does not change any other provision of the policy. CE 65 94 06 97 COMMERCIAL GENERAL LIABILITY CG 85 83 06 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II -Who Is An Insured is amended to include as an additional insured any person(s) or organization(s)whom you have agreed to add as an additional insured in a written contract or written agreement, but only with respect to liability for"bodily injury" or"property damage" caused by"your work" performed for that additional insured and included in the "products-completed operation hazard". B. The following additional provisions apply to the additional insured: 1. When the Named Insured is required to add an additional insured on this policy in a written contract or written agreement; the written contract or written agreement must be: a. Currently in effect or becoming effective during the term of this policy; b. Executed prior to the"bodily injury," or"property damage"; and C. Between a Named Insured and the additional insured. 2. That person or organization is an additional insured only for liability caused by your negligence specifically resulting from "your work"for the additional insured which is the subject of the written contract or written agreement. No coverage applies for any liability due to negligence attributable to any person or entity other than the Named Insured, the Named Insured's employees or subcontractors. 3. The Limits of Insurance applicable to the additional insured are the lesser of: a. Those specified in the written contract or written agreement, or b. Those provided by this policy and defined in Section III - Limits Of Insurance. These Limits of Insurance are inclusive of, and not in addition to, the Limits Of Insurance shown in the Declarations and defined in Section III - Limits Of Insurance. 4. The coverage provided by this endorsement does not apply beyond the earlier of the following: a. The period of time required by the written contract or written agreement; or b. The expiration or termination date of this policy. CG 85 83 06 05 Includes Copyrighted Material of ISO Properties, Inc.,with its permission. Page 1 of 2 5. The insurance provided to the additional insured does not apply to: "Bodily injury" or"property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. 6. The following replaces Exclusion I. under Paragraph 2., Exculsions of Section I —Coverage A— Bodily Injury And Property Damage Liability: I. Damage To Your Work This insurance does not apply to "property damage"to "your work"arising out of it or any part of it and included in the"product-completed operations hazard". 7. We have no duty to defend or indemnify an additional insured under this endorsement: a. For any liability due to negligence attributable to any person or entity other than the Named Insured, the Named Insured's employees or subcontractors. b. For any loss which occurs prior to our Named Insured commencing operations at the location of the loss. C. Until we receive written notice of a claim or"suit"from the additional insured as required in Section IV—Conditions, Duties In The Event Of Occurrence, Offense Claim Or Suit. C. Section IV- Conditions are amended as follows: 1. The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement must comply with all provisions of this section. 2. As respects the coverage provided under this endorsement, Paragraph 4.b., Other Insurance is deleted and replaced by the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless the written contract or agreement described in A. above specifically requires that this insurance be provided on either a primary basis or a primary and noncontributory basis. CG 85 83 06 05 Includes Copyrighted Material of ISO Properties, Inc.,with its permission. Page 2 of 2 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences" under Section I—Coverage A- Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I—Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of"bodily injury" or"property damage" included in the"products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or C. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences" under Section I—Coverage A- Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I—Coverage C Medical Payments, which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of"bodily injury" or"property damage" included in the"products- completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc.,with its permission. Page 1 of 1 COMMERCIAL GENERAL. LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY -ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS -COVERAGES A AND B 3 ADDITIONAL INSUREDS -BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS -EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED -FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Q 2413 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office.Inc.,with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: I. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge, C. PROPERTY DAMAGE LIABILITY -ELEVATORS 1. Under Paragraph 2. Exclusions of Section I -Coverage A - Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. © 2013 Liberty Mutual insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc-,with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. d❑ not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III -Limits Of Insurance. 2. Paragraph 6. under Section III -Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) -Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical Payments, Subparagraph (b) of Paragraph a, is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS -COVERAGES A AND B 1. Under Supplementary Payments -Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS -BY CONTRACT, AGREEMENT OR PERMIT I. Paragraph 2. under Section II -Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision,- (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction, erection, or removal of elevators; or tcj The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Condi- tions. 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I-Coverage A-Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. ® 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other Insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS -EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. The limits of insurance applicable to the additional Insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS l MALPRACTICE WHO IS AN INSURED -FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section Il -Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker' as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission_ Page 6 of 8 advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II -Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV -Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any Insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II -Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more Coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V -Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 0. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. ® 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted materia[ of Insurance Services Office,Inc.,with its permission. Page 8 of 8 8.H • 4es% KENT w n s M 1 N c T o N DATE: December 12, 2023 TO: Kent City Council SUBJECT: Contract with Dimensional Communications, Inc. for Court Audio and Video - Authorize MOTION: I move to authorize the Mayor to sign a contract with Dimensional Communications, Inc, subject to final terms acceptable to the IT Director and City Attorney. SUMMARY: The Kent Municipal Court audio and video system has served its useful hardware lifecycle and needs replacement. A new audio and video system will feature video teleconferencing capabilities, improved microphone and speaker coverage and a new control system. In evaluating suitable replacement options, IT staff selected a system supplied by Dimensional Communications, Inc. because of the reliability and reputation of their hardware, professional services, and customer support. In selecting Dimensional Communication, Inc. bidding requirements were met by seeking bids through the small works roster maintained by MRSC. Through that streamlined bid process, Dimensional Communication, Inc. was selected and the contract negotiated. Dimensional Communications, Inc. will supply and install all the necessary hardware. The total contract cost will not exceed $294,209.18. This cost is fully funded and budgeted for in IT's existing capital budget. This item is being presented to the Committee of the Whole this same night. If this item does not pass out of Committee unanimously, it will be pulled and placed on Other Business. BUDGET IMPACT: None. These purchases are being funded in the IT capital budget. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Packet Pg. 103 8.H Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. Agreement with Dimensional Communications (PDF) Packet Pg. 104