Loading...
HomeMy WebLinkAboutCAG2024-564 - Original - CAG2024-564 - Evergreen Technologies, Inc - Kent Municipal Building Cameras and Alarms - 12/18/24 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr:T� Agreement Routing Form Dir Asst: Kent Parks • For Approvals,Signatures and Records Management Dir/Dep: az, KEN T This form combines&replaces the Request for Mayor's Signature and Contract Cover sL (Optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Leah Bryant for Kris Zorer Parks, Recreation & Community Services Date Sent: Date Required: > 12/10/2024 12/17/2024 0 Q Authorized to Sign: Date of Council Approval: QMayor or Designee NA Budget Account Number: — Grant? Yes NOW] F20115 Budget?W]Yes EINo Type: N/A Vendor Name: Category: Evergreen Technologies, Inc. Contract Vendor Number: Sub-Category: c 192984 Original 0 Project Name: FAC24-32 City of Kent Municipal Services Building Cameras and Alarms cProject Details: As described in attached Exhibit A, incorporated herein, the Contractor will install the cameras and alarms for City of Kent Municipal Services Building. c Basis for Selection of Contractor: Agreement Amoun • $21,839.84 Other E *Memo to Mayor must be attached Start Date: December 2024 Termination Date: 2/28/2025 Q Local Business? Yes Who*If meets requirements per KCC3.70.100,please complete"VendorPurchose-Locol Exceptions"form onCityspace. Business License Verification: W1 Yes In-ProcessD Exempt(KCC 5.01.045) W1 Authorized Signer Verified Notice required prior to disclosure? Contract Number: Yes W1 No CAG2024-564 Comments: H i 3 f0 a1 Vf 0 3 � a, a, loc Date Received:City Attorney: 12/12/2 ate Routed:Mayor's Office 12/17/2 City Clerk's Office 12/18/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT WASHINGTON PUBLIC WORKS AGREEMENT between City of Kent and EVERGREEN TECHNOLOGIES, INC. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and EVERGREEN TECHNOLOGIES, INC. organized under the laws of the State of Washington, located and doing business at 3623 E Marginal Way S, Seattle, WA 98134-1131 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in attached Exhibit A, incorporated herein, the Contractor will install the cameras and alarms for City of Kent Municipal Services Building. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 working days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed by 2/28/2025. 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 $21,839.84, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 (Over$20K and No Performance Bond) A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainaae. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs"shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PUBLIC WORKS AGREEMENT - 2 (Over$20K and No Performance Bond) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. 'Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable PUBLIC WORKS AGREEMENT - 3 (Over$20K and No Performance Bond) adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. PUBLIC WORKS AGREEMENT - 4 (Over$20K and No Performance Bond) A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. PUBLIC WORKS AGREEMENT - 5 (Over$20K and No Performance Bond) XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then the Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred PUBLIC WORKS AGREEMENT - 6 (Over$20K and No Performance Bond) in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 7 (Over$20K and No Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: CITY OF KENT: By: By Print Name:BRAD KING Print Name: Dana Ralph Its President Its Mayor DATE: Dec 10,2024 DATE: 12/18/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Brad King Kris Zorer 3623 E Marginal Way So Seattle, City of Kent WA 98134-1131 220 Fourth Avenue South Kent, WA 98032 206-774-1369 (telephone) (253) 856-5086 (telephone) bking@evergreentec.com (email) KZorer@kentwa.gov (email) APPROVED AS TO FORM: lientl)2�� w Department ATTEST: Lu u A 44 Kent City Clerk [In this field,you may enter the electronic filepath where the contract has been saved] PUBLIC WORKS AGREEMENT - 8 (Over$20K and No Performance Bond) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: PUBLIC WORKS AGREEMENT - 9 (Over$20K and No Performance Bond) A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including PUBLIC WORKS AGREEMENT - 10 (Over$20K and No Performance Bond) sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; PUBLIC WORKS AGREEMENT - 11 (Over $20K and No Performance Bond) xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By 1?1� For: Evergreen Technologies Title: President Date: Dec 10,2024 PUBLIC WORKS AGREEMENT - 12 (Over$20K and No Performance Bond) CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. PUBLIC WORKS AGREEMENT - 13 (Over$20K and No Performance Bond) BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (11/25/2024), 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. EVERGREEN TECHNOLOGIES, INC. By: Signature of Authorized Official* Printed Name: BRAD KING Title: President Date: Dec 10,2024 City and State: Seattle,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. PUBLIC WORKS AGREEMENT - 14 (Over$20K and No Performance Bond) Exhibit A EVERGREEN TECHNOLOGIES INC. Communication Consulting and Contracting November 25, 2024 City of Kent Municipal Admin and Services Building Access control and cameras 20610 68t" Ave S Kent, WA Attn: Mike Schanbacher E: mschanbacher(a)-kentwa.gov Scope of Work—5 year solution • Provide a 25% discount off MSRP on all Verkada hardware and software licenses. • Provide demo of existing main entry camera. • Provide and install (1) CD62E, outdoor 4k dome camera with (1) arm and pendant mount at main entry door. • Provide and install (1) CF83E, 180 degree lens outdoor camera with (1) angle mount near receiving bay entry on North side of the building. • Provide and install (1) cat 6 to (2) cameras and route cabling back to nearest existing POE switch. • Provide building penetration to exterior on north side of the building. • Provide demo of existing access control system panels off wall field and return to customer or remove from site. Reserving the cabling and labeling scheme. Leave existing power supplies for use. • Provide (1) Multi format Verkada card reader to (3) door location. Remove existing unit and replace with Verkada unit. • Provide and install (1)AC62 16 door controller to lower level wall field. Quote assumes sufficient electrical outlets space to support unit • Provide and install (1) 18H Back up battery to (1) AC 62 unit and wire to AC 62. • Provide and install (1) cat 6 connection to (1) AC 62 unit to get units on new tenants network. • Provide and install relay device to handle existing ADA buttons. • Provide (1) 5 year licenses for (3) door. • Provide (1) 5 year licenses for (2) camera. • Provide customer product and enrollment of Verkada products before completion of installation. • Terminate and label all cables and head end units. • All work to be completed on normal day shift hours. • All employee bump cards and employee card enrollment to be completed by customer. List of Materials and Services Below: 3623 East Marginal Way S,Seattle,WA 98134•T(206)774-1400 9 F(206)774-1401 EVERGREEN TECHNOLOGIES INC. Communication Consulting and Contracting Date: 1112512024 Manf. Item Description Qt . Unit CD62-E Outdoor Dome Camera, 512GB, 30 Days Verkada Max 1 ea Verkada Arm Mount 1 ea Verkada Pendant Cap Mount 1 ea CF83-E Outdoor Fisheye Camera, 512GB, 30 Days Verkada Max 1 ea Verkada Angle Mount 1 ea Verkada 5-Year Camera License 2 ea Verkada hardware, Verkada AC62 16 Door Controller 1 ea software licenses, Verkada 18AH Backup Battery 1 ea $11,951.70 Verkada AD34 Multi-format Card Reader 3 ea Verkada 5-Year Door License 3 ea Verkada Shipping and handling 1 ea berk tek Cat 6 plenum cable 0.65 M labor and material for Belden 18/2 control wire 0.25 m install Belden 22/4 control wire 0.25 m $7,866.67 Evergreen Tech Wall field demo 1 ea Evergreen Tech Wall field cable label ID ing 1 ea Evergreen Tech Relay for ADAs 1 ea Evergreen Tech Cable supports 1 ea Evergreen Tech terminations of cabling to AC 41s 1 ea Evergreen Tech Mount card readers 3 ea Evergreen Tech Demo existing camera 1 ea Evergreen Tech Mount and aim camera 2 ea Evergreen Tech Exterior wall penatration 1 ea Evergreen Tech product set up/enrollment in command 1 ea Evergreen Tech Labeling of cables 1 ea Evergreen Tech Misc Cabling Consumables 1 ea Evergreen Tech Pro'ect Management 1 ea Evergreen Tech Administration 1 ea Project Total: $19,818.37 (Price does not include Washington State Sales Tax) Terms and Conditions: Evergreen Technologies Inc. requires a signed copy of this quotation before the work can begin. This quotation is valid for a period of 30-days. The quotation is based on normal working hours 6:00am to 4:00pm Monday-Friday (Excluding Holidays) Evergreen Technologies Inc. guarantees the completed project for a period of 1 year; Manufactures extended product warranty is available upon request. Evergreen Technologies Inc. reserves the right to make any modifications necessary to meet any code requirements needed to complete the project. Thank you, Adam Nolting Project Manager Evergreen Technologies, Inc. (206) 900-2560 3623 East Marginal Way S,Seattle,WA 98134•T(206)774-1400 9 F(206)774-1401 EVERGREEN TECHNOLOGIES INC. Communication Consulting and Contracting Serving the Evergreen State since 1990, Your power and technology experts with licensed 01 and 06 electricians. with offices in Seattle and Spokane. Communication Infrastructure to ♦ Datacenter Design Build Services ♦ Structured Cabling—Voice& Data ' ♦ Fiber Optics ♦ MDF&IDF Construction Services 4 ♦ Power&Thermal Management �* -•� ♦ Network Relocation '% ♦ Circuit Extensions ♦ Outside Plant Installationlam ♦ Testing&Certification ♦ High voltage electrical and low , J r voltage expertise under one roof „L 2 Professional AN Services ♦ Conference Rooms ♦ Auditoriums ♦ Video Walls ♦ Digital Signage ♦ Sound Masking ♦ Paging ♦ Room Scheduling Wireless ♦ WIFI ♦ Cellular DAS ♦ Cellular Signal Boosters ♦ Mesh Networks ♦ Site Surveys �i R Safety& Security ♦ Surveillance ♦ Access Control ♦ Visitor Management ♦ Mass Notification COMMS03PE"]L �kTek`Q LEVIT�i CORNING PMUUIT- VERKADASYSTIMA � Premier L3/CS/ AVIXA RCOD Cisco Exhibit B Insurance Requirements Insurance 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 $1,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 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. EVERPOW-01 RKISHOR ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/9/2024 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: Hub International Northwest LLC PHONE FAX PO Box 3018 (A/C,No,EXt): (425)489-4500 (A/C,No):(425)485-8489 Bothell,WA 98041 ADDRESS:now.info@hubinternational.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Continental Casualty Company 20443 INSURED INSURER B:National Fire Insurance Company of Hartford 20478 Evergreen Technologies,Inc. INSURERC: 3623 East Marginal Way S. INSURERD: Seattle,WA 98134 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM DD YYYY MM DD YY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 7034130907 7/1/2024 7/1/2025 DAMAGE TO RENTED 100,000 X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY�X JECOT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WA STOP GAP EL $ 1,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO X X 7034130910 7/1/2024 7/1/2025 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION PER X OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ YIN 7034130907 7/1/2024 7/1/2025 1,000,000 ❑(Mandatory in NH)EXCLUDED? N/A 1,000,000 E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Kent-Facilities is included as an Additional Insured,coverage is Primary and non-contributory and Waiver of Subrogation applies per the attached forms/endorsements.Per Project Aggregate applies to General Liability policy,per attached form/endorsement.30 Days Notice of Cancellation Applies CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent-Facilities THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe St. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering 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; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Page 1 of 2 Policy No: 7034130907 Insured Name: Evergreen Power Systems, Inc. Effective Date: 7/1/24-7/1/25 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX(10-16) Page 2 of 2 Policy No: 7034130907 Insured Name: Evergreen Power Systems, Inc. Effective Date: 7/1/24-7/1/25 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured-Primary And Non-Contributory To Additional Insured's Insurance 3. Bodily Injury—Expanded Definition 4. Broad Knowledge of Occurrence/Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability-Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury—Exception for Reasonable Force 11. General Aggregate Limits of Insurance—Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability—Damage To Premises/Alienated Premises/ Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft 20. Personal And Advertising Injury—Discrimination or Humiliation 21. Personal And Advertising Injury-Contractual Liability 22. Property Damage-Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation—Blanket 26. Wrap-Up Extension: OCIP CCIP,or Consolidated (Wrap-Up)Insurance Programs CNA74705XX (1-15) Policy No: 7034130907 Page 1 of 16 Insured Name: Evergreen Power Systems, Inc. Effective Date: 7/1/24 - 7/1/25 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA Contractors' General Liability Extension Endorsement Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: 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. 11. GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. CNA74705XX (1-15) Policy No: 7034130907 Page 7 of 16 Insured Name: Evergreen Power Systems, Inc. Effective Date: 7/1/24-7/1/25 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA Contractors' General Liability Extension Endorsement B. AII: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. 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 shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been 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. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2)with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to.- Contractual Liability CNA74705XX (1-15) Policy No: 7034130907 Page 8 of 16 Insured Name: Evergreen Power Systems, Inc. Effective Date: 7/1/24-7/1/25 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA Contractors' General Liability Extension Endorsement 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION -BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: CNA74705XX (1-15) Policy No: 7034130907 Page 15 of 16 Insured Name: Evergreen Power Systems, Inc. Effective Date: 7/1/24-7/1/25 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CONTRACTORS EXTENDED COVERAGE ENDORSEMENT — BUSINESS AUTO PLUS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SECTION II — WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and Form No: CNA63359XX(04-2012) Policy No:7034130910 Policy Effective Date:7/1/24-7/1/25 Insured Name: Evergreen Power Systems,Inc. Policy Page: 1 of 4 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per accident. E. Airbag Coverage Form No: CNA63359XX(04-2012) Policy No:7034130910 Policy Effective Date:7/1/24-7/1/25 Insured Name: Evergreen Power Systems,Inc. Policy Page:2 of 4 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. F. Electronic Equipment Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for loss to a covered auto in any one accident is the lesser of: (1) $5,000; or (2) 20% of the auto's actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: 1. Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: a. An auto owned by that "executive officer" or a member of that person's household; or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered auto; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss Form No: CNA63359XX(04-2012) Policy No:7034130910 Policy Effective Date:7/1/24-7/1/25 Insured Name:Evergreen Power Systems,Inc. Policy Page:3 of 4 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA The following is added to Section IV, Paragraph A.2.a.: (4) Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No: CNA63359XX(04-2012) Policy No:7034130910 Policy Effective Date:7/1/24-7/1/25 Insured Name: Evergreen Power Systems,Inc. Policy Page:4 of 4 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. 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: 11/25/2024 King County Trade^ Job Classification Wage Holiday Overtime Note Asbestos Abatement Journey Level $63.87 511) 1H Workers Boilermakers Journey Level $81.48 5N iC Brick Mason Journey Level $71.82 7E 1N Brick Mason Pointer-Caulker-Cleaner $71.82 7E 1N Building Service Employees Janitor $30.33 5S 2F Traveling Building Service Employees $30.78 5S 2F Waxer/Shampooer Window Cleaner(Non- Building Service Employees $32.93 5S 2F Scaffold) Window Cleaner Building Service Employees $33.93 5S 2F (Scaffold) Cabinet Makers In Shop). Journey Level $22.74 1 Carpenters Acoustical Worker $78.96 15J HU Bridge Dock and Wharf Carpenters $80.50 15J HU 9L Carpenter Floor Layer&Floor Carpenters $78.96 15J 11111.11 Finisher Carpenters General Carpenter $78.96 15J HU Carpenters Scaffold Erector $78.96 15J HU Application of all Cement Masons $77.30 15J 4U Composition Mastic Application of all Epoxy Cement Masons $76.78 15J 4U Material Application of all Plastic Cement Masons $77.30 15J 4U Material Application of Sealing Cement Masons $76.78 15J 4U Compound Application of Cement Masons $77.30 15J 4U Underlayment Cement Masons Building General $76.78 15J 4U Composition or Kalman Cement Masons $77.30 15J 4U Floors Cement Masons Concrete Paving $76.78 15J 4U Cement Masons Curb&Gutter Machine $77.30 15J 4U Cement Masons Curb&Gutter,Sidewalks $76.78 15J 4U Cement Masons Curing Concrete $76.78 15J 4U Cement Masons Finish Colored Concrete $77.30 15J 4U Cement Masons Floor Grinding $77.30 15J 4U Cement Masons Floor Grinding/Polisher $76.78 15J 4U Green Concrete Saw,self- Cement Masons $77.30 15J 4U powered Cement Masons Grouting of all Plates $76.78 15J 4U Grouting of all Tilt-up Cement Masons $76.78 15J 4U Panels Cement Masons Gunite Nozzleman $77.30 15J 4U Cement Masons Hand Powered Grinder $77.30 15J 4U Cement Masons Journey Level $76.78 15J 4U Cement Masons Patching Concrete $76.78 15J 4U Cement Masons Pneumatic Power Tools $77.30 15J 4U Power Chipping& Cement Masons $77.30 15J 4U Brushing Sand Blasting Cement Masons $77.30 15J 4U Architectural Finish Screed&Rodding Cement Masons $77.30 15J 4U Machine Spackling or Skim Coat Cement Masons $76.78 15J 4U Concrete Troweling Machine Cement Masons $77.30 15J 4U Operator Troweling Machine Cement Masons $77.30 15J 4U Operator on Colored Slabs Cement Masons Tunnel Workers $77.30 15J 4U Bell/Vehicle/Submersible Divers&Tenders Operator(not under $156.25 15J 11T 91 pressure) Divers&Tenders Dive Supervisor $157.75 15J 11T 91 Divers&Tenders Diver $156.25 15J 11T 91 Divers&Tenders Diver Tender $86.86 15J 11T 91 Hyperbaric Worker- Divers&Tenders Compressed Air Worker $118.99 15J HU 0-30.00 PSI Divers&Tenders Hyperbaric Worker- $109.76 15J HU Compressed Air Worker 0-30.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $128.22 isi HU 44.01-54.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $137.45 isi HU 54.01-60.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $146.67 isi HU 60.01- 64.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $155.90 isi HU 64.01-68.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $165.13 isi HU 68.01-70.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $174.36 isi HU 70.01-72.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $183.59 isi HU 72.01-74.00 PSI Divers&Tenders Lead Diver(Dive Master) $101.32 isi 11T 91 Manifold Operator(Life Divers&Tenders $86.86 isi 11T 91 Support Technician) Remote Operated Vehicle Divers&Tenders $86.86 15J 11T 91 Operator/Technician Remote Operated Vehicle Divers&Tenders $86.86 15J 11T 91 Operator/Technician Remote Operated Vehicle Divers&Tenders $80.55 15J 11T 91 Tender Divers&Tenders Stand-by Diver $96.32 15J 11T 91 Dredge Workers Assistant Engineer $83.92 5D 3F Assistant Mate Dredge Workers $83.28 5D 3F (Deckhand) Dredge Workers Boatmen $83.92 5D 3F Dredge Workers Engineer Welder $85.53 5D 3F Dredge Workers Leverman, Hydraulic $87.24 5D 3F Dredge Workers Mates $83.92 5D 3F Dredge Workers Oiler $83.28 5D 3F Drywall Applicator Journey Level $78.76 150 11S Drywall Tapers Journey Level $78.76 150 11S Electrical Fixture Journey Level $38.69 5L 1E Maintenance Workers Electricians- Inside Cable Splicer $109.35 7C 4E Electricians- Inside Cable Splicer(tunnel) $117.52 7C 4E Electricians- Inside Certified Welder $105.63 7C 4E Electricians- Inside Certified Welder(tunnel) $113.43 7C 4E Construction Stock Electricians- Inside $51.53 7C 4E Person Electricians- Inside Journey Level $101.92 7C 4E Electricians- Inside Journey Level(tunnel) $109.35 7C 4E Electricians- Motor Shop Journey Level $48.68 5A 1B Electricians- Powerline Cable Splicer $97.76 5A 4D Construction Electricians- Powerline Certified Line Welder $89.71 5A 4D Construction Electricians- Powerline Groundperson $56.79 5A 4D Construction Electricians- Powerline Heavy Line Equipment $89.71 5A 4D Construction Operator Electricians- Powerline Journey Level Lineperson $89.71 5A 4D Construction Electricians- Powerline Line Equipment Operator $77.13 5A 4D Construction Electricians- Powerline Meter Installer $56.79 5A 4D 8W Construction Electricians- Powerline Pole Sprayer $89.71 5A 4D Construction Electricians- Powerline Powderperson $66.84 5A 4D Construction Electronic Technicians Journey Level $65.66 7E 1E Elevator Constructors Mechanic $111.26 7D 4A Elevator Constructors Mechanic In Charge $120.27 7D 4A Fabricated Precast All Classifications- In- $21.34 5113 iR Concrete Products Factory Work Only Fence Erectors Fence Erector $54.65 15J 11P 8Y Fence Erectors Fence Laborer $54.65 15J 11P 8Y Flaggers Journey Level $54.65 15J 11P 8Y Glaziers Journey Level $82.16 7L 1Y Heat&Frost Insulators And Journey Level $91.81 15H lic Asbestos Workers Heating Equipment Journey Level $99.92 7F 1E Mechanics Hod Carriers&Mason Journey Level $67.38 15J 11P 8Y Tenders Industrial Power Vacuum Journey Level $16.28 1 Cleaner Inland Boatmen Boat Operator $61.41 5B iK Inland Boatmen Cook $56.48 5B 1K Inland Boatmen Deckhand $57.48 5B 1K Inland Boatmen Deckhand Engineer $58.81 5B 1K Inland Boatmen Launch Operator $58.89 5B 1K Inland Boatmen Mate $57.31 5B 1K Inspection/Cleaning/Sealing Of Sewer&Water Systems Cleaner Operator $51.27 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Foamer Operator $51.27 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Grout Truck Operator $51.27 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Head Operator $49.20 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Technician $42.99 15M 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems TV Truck Operator $46.10 15M 110 By Remote Control Insulation Applicators Journey Level $78.96 15J 11U Ironworkers Journeyman $87.80 15K 11N Air,Gas Or Electric Laborers $63.87 15J 11P 8Y Vibrating Screed Laborers Airtrac Drill Operator $65.75 15J 11P 8Y Laborers Ballast Regular Machine $63.87 15J 11P 8Y Laborers Batch Weighman $54.65 15J 11P 8Y Laborers Brick Pavers $63.87 15J 11P 8Y Laborers Brush Cutter $63.87 15J 11P 8Y Laborers Brush Hog Feeder $63.87 15J 11P 8Y Laborers Burner $63.87 15J 11P 8Y Laborers Caisson Worker $65.75 15J 11P 8Y Laborers Carpenter Tender $63.87 15J 11P 8Y Laborers Cement Dumper-paving $64.98 15J 11P 8Y Laborers Cement Finisher Tender $63.87 15J 11P 8Y Change House Or Dry Laborers $63.87 15J i1P 8Y Shack Chipping Gun (30 Lbs.And Laborers $64.98 15J 11P 8Y Over) Chipping Gun (Under 30 Laborers $63.87 15J i1P 8Y Lbs.) Laborers Choker Setter $63.87 15J 11P 8Y Laborers Chuck Tender $63.87 15J 11P 8Y Laborers Clary Power Spreader $64.98 15J 11P 8Y Laborers Clean-up Laborer $63.87 15J 11P 8Y Concrete Dumper/Chute Laborers $64.98 15J 11P 8Y Operator Laborers Concrete Form Stripper $63.87 15J 11P 8Y Laborers Concrete Placement Crew $64.98 15J 11P 8Y Concrete Saw Laborers $64.98 15J i1P 8Y Operator/Core Driller Laborers Crusher Feeder $54.65 15J 11P 8Y Laborers Curing Laborer $63.87 15J 11P 8Y Demolition:Wrecking& Laborers Moving(Incl.Charred $63.87 15J 11P 8Y Material) Laborers Ditch Digger $63.87 15J 11P 8Y Laborers Diver $65.75 15J 11P 8Y Drill Operator(Hydraulic, Laborers $64.98 15J 11P 8Y Diamond) Laborers Dry Stack Walls $63.87 15J i1P 8Y Laborers Dump Person $63.87 15J 11P 8Y Laborers Epoxy Technician $63.87 15J 11P 8Y Laborers Erosion Control Worker $63.87 15J 11P 8Y Laborers Faller&Bucker Chain Saw $64.98 15J 11P 8Y Laborers Fine Graders $63.87 15J 11P 8Y Laborers Firewatch $54.65 15J 11P 8Y Laborers Form Setter $64.98 15J 11P 8Y Laborers Gabian Basket Builders $63.87 15J 11P 8Y Laborers General Laborer $63.87 15J 11P 8Y Grade Checker&Transit Laborers $67.38 15J 11P 8Y Person Laborers Grinders $63.87 15J 11P 8Y Laborers Grout Machine Tender $63.87 15J 11P 8Y Groutmen(Pressure) Laborers Including Post Tension $64.98 15J 11P 8Y Beams Laborers Guardrail Erector $63.87 15J i1P 8Y Hazardous Waste Worker Laborers $65.75 15J 11P 8Y (Level A) Hazardous Waste Worker Laborers $64.98 15J 11P 8Y (Level B) Hazardous Waste Worker Laborers $63.87 15J i1P 8Y (Level C) Laborers High Scaler $65.75 15J 11P 8Y Laborers Jackhammer $64.98 15J 11P 8Y Laborers Laserbeam Operator $64.98 15J 11P 8Y Laborers Maintenance Person $63.87 15J 11P 8Y Laborers Manhole Builder-Mudman $64.98 15J 11P 8Y Laborers Material Yard Person $63.87 15J 11P 8Y Laborers Mold Abatement Worker $63.87 15J 11P 8Y Motorman-Dinky Laborers $67.48 15J 11P 8Y Locomotive nozzleman (concrete pump,green cutter when using combination of high pressure air&water on Laborers $67.38 15J 11P 8Y concrete&rock, sandblast,gunite, shotcrete,water blaster, vacuum blaster) Laborers Pavement Breaker $64.98 15J 11P 8Y Laborers Pilot Car $54.65 15J 11P 8Y Laborers Pipe Layer(Lead) $67.38 15J 11P 8Y Laborers Pipe Layer/Tailor $64.98 15J 11P 8Y Laborers Pipe Pot Tender $64.98 15J 11P 8Y Laborers Pipe Reliner $64.98 15J 11P 8Y Laborers Pipe Wrapper $64.98 15J 11P 8Y Laborers Pot Tender $63.87 15J 11P 8Y Laborers Powderman $65.75 15J 11P 8Y Laborers Powderman's Helper $63.87 15J 11P 8Y Laborers Power Jacks $64.98 15J 11P 8Y Railroad Spike Puller- Laborers $64.98 15J 11P 8Y Power Laborers Raker-Asphalt $67.38 15J 11P 8Y Laborers Re-timberman $65.75 15J 11P 8Y Remote Equipment Laborers $64.98 15J i1P 8Y Operator Laborers Rigger/Signal Person $64.98 15J 11P 8Y Laborers Rip Rap Person $63.87 15J 11P 8Y Laborers Rivet Buster $64.98 15J 11P 8Y Laborers Rodder $64.98 15J 11P 8Y Laborers Scaffold Erector $63.87 15J 11P 8Y Laborers Scale Person $63.87 15J 11P 8Y Laborers Sloper(Over 20") $64.98 15J 11P 8Y Laborers Sloper Sprayer $63.87 15J 11P 8Y Laborers Spreader(Concrete) $64.98 15J 11P 8Y Laborers Stake Hopper $63.87 15J 11P 8Y Laborers Stock Piler $63.87 15J 11P 8Y Swinging Laborers $54.65 15J 11P 8Y Stage/Boatswain Chair Tamper&Similar Electric, Laborers $64.98 15J i1P 8Y Air&Gas Operated Tools Tamper(Multiple&Self- Laborers $64.98 15J 11P 8Y propelled) Timber Person-Sewer Laborers $64.98 15J 11P 8Y (Lagger,Shorer&Cribber) Toolroom Person (at Laborers $63.87 15J 11P 8Y Jobsite) Laborers Topper $63.87 15J 11P 8Y Laborers Track Laborer $63.87 15J 11P 8Y Laborers Track Liner(Power) $64.98 15J 11P 8Y Laborers Traffic Control Laborer $58.20 15J 11P 9C Laborers Traffic Control Supervisor $61.47 15J 11P 9C Laborers Truck Spotter $63.87 15J 11P 8Y Laborers Tugger Operator $64.98 15J 11P 8Y Tunnel Work-Compressed Laborers $200.40 15J 11P 9B Air Worker 0-30 psi Tunnel Work-Compressed Laborers Air Worker 30.01-44.00 $205.43 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 44.01-54.00 $209.11 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 54.01-60.00 $214.81 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 60.01-64.00 $216.93 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 64.01-68.00 $222.03 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 68.01-70.00 $223.93 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 70.01-72.00 $225.93 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 72.01-74.00 $227.93 15J 11P 9B psi Tunnel Work-Guage and Laborers $67.48 15J 11P 8Y Lock Tender Laborers Tunnel Work-Miner $67.48 15J 11P 8Y Laborers Vibrator $64.98 15J 11P 8Y Laborers Vinyl Seamer $63.87 15J 11P 8Y Laborers Watchman $49.97 15J 11P 8Y Laborers Welder $64.98 15J 11P 8Y Laborers Well Point Laborer $64.98 15J 11P 8Y Laborers Window Washer/Cleaner $49.97 15J 11P 8Y Laborers- Underground General Laborer& $63.87 15J 11P 8Y Sewer&Water Topman Laborers- Underground Pipe Layer $64.98 15J lip 8Y Sewer&Water Landscape Landscape Construction Construction/Landscaping $49.97 15J 11P 8Y Or Planting Laborers Landscape Construction Landscape Operator $86.05 15J 11G 8X Landscape Maintenance Groundskeeper $17.87 1 Lathers Journey Level $78.76 150 11S Marble Setters Journey Level $71.82 7E 1N Metal Fabrication(In Shop). Fitter/Certified Welder $42.17 151 11E Metal Fabrication(In Shop). General Laborer $30.07 151 11E Metal Fabrication(In Shop). Mechanic $43.63 151 11E Metal Fabrication(In Shop). Welder/Burner $39.28 151 11E Millwright Journey Level $80.28 5A 1113 Modular Buildings Cabinet Assembly $16.28 1 Modular Buildings Electrician $16.28 1 Modular Buildings Equipment Maintenance $16.28 1 Modular Buildings Plumber $16.28 1 Modular Buildings Production Worker $16.28 1 Modular Buildings Tool Maintenance $16.28 1 Modular Buildings Utility Person $16.28 1 Modular Buildings Welder $16.28 1 Painters Journey Level $51.71 6Z 11J Pile Driver Crew Tender $86.81 15J Hu 9L Pile Driver Journey Level $80.50 15J Hu 9L Plasterers Journey Level $73.54 7Q 1R Plasterers Nozzleman $77.54 7Q 1R Playground&Park Journey Level $16.28 1 Equipment Installers Plumbers&Pipefitters Journey Level $105.59 6Z 1G Power Equipment Asphalt Plant Operators $87.49 15J 11G 8X Operators Power Equipment Assistant Engineer $82.29 15J 11G 8X Operators Power Equipment Barrier Machine(zipper) $86.71 15J 11G 8X Operators Power Equipment Batch Plant Operator: $86.71 15J 11G 8X Operators concrete Power Equipment Boat Operator $87.82 7A 11H 8X Operators Power Equipment Bobcat $82.29 15J 11G 8X Operators Power Equipment Brokk- Remote $82.29 15J 11G 8X Operators Demolition Equipment Power Equipment Brooms $82.29 15J 11G 8X Operators Power Equipment Bump Cutter $86.71 15J 11G 8X Operators Power Equipment Cableways $87.49 15J 11G 8X Operators Power Equipment Chipper $86.71 15J 11G 8X Operators Power Equipment Compressor $82.29 15J 11G 8X Operators Power Equipment Concrete Finish Machine- $82.29 15J 11G 8X Operators Laser Screed Concrete Pump- Mounted Power Equipment Or Trailer High Pressure $86.05 15J 11G 8X Operators Line Pump, Pump High Pressure Concrete Pump:Truck Power Equipment Mount With Boom $87.49 15J 11G 8X Operators Attachment Over 42 M Concrete Pump:Truck Power Equipment Mount With Boom $86.71 15J 11G 8X Operators Attachment Up To 42m Power Equipment Conveyors $86.05 15J 11G 8X Operators Power Equipment Cranes Friction:200 tons $90.46 7A 11H 8X Operators and over Power Equipment Cranes,A-frame:10 tons $82.59 7A 11H 8X Operators and under Cranes:100 tons through Power Equipment 199 tons,or 150'of boom $88.67 7A 11H 8X Operators (including jib with attachments) Power Equipment Cranes:20 tons through $87.03 7A 11H 8X Operators 44 tons with attachments Cranes:200 tons-299 Power Equipment tons,or 250'of boom $89.60 7A 11H 8X Operators including jib with attachments Cranes:300 tons and over Power Equipment or 300'of boom including $90.46 7A 11H 8X Operators jib with attachments Cranes:45 tons through Power Equipment 99 tons,under 150'of $87.82 7A 11H 8X Operators boom(includingjib with attachments) Power Equipment Cranes: Friction cranes $89.60 7A 11H 8X Operators through 199 tons Cranes:through 19 tons Power Equipment with attachments,a-frame $86.36 7A 11H 8X Operators over 10 tons Power Equipment Crusher $86.71 15J 11G 8X Operators Power Equipment Deck Engineer/Deck $86.71 15J 11G 8X Operators Winches(power) Power Equipment Derricks,On Building $87.82 7A 11H 8X Operators Work Power Equipment Dozers D-9&Under $86.05 15J 11G 8X Operators Power Equipment Drill Oilers:Auger Type, $86.05 15J 11G 8X Operators Truck Or Crane Mount Power Equipment Drilling Machine $88.36 15J 11G 8X Operators Power Equipment Elevator and man-lift: $82.29 15J 11G 8X Operators permanent and shaft type Finishing Machine, Bidwell Power Equipment And Gamaco&Similar $86.71 15J 11G 8X Operators Equipment Power Equipment Forklift:3000 Ibs and over $86.05 15J 11G 8X Operators with attachments Power Equipment Forklifts:under 3000 lbs. $82.29 15J 11G 8X Operators with attachments Grade Engineer:Using Power Equipment Blue Prints,Cut Sheets, $86.71 15J 11G 8X Operators Etc Power Equipment Gradechecker/Stakeman $82.29 15J 11G 8X Operators Power Equipment Guardrail Punch $86.71 15J 11G 8X Operators Hard Tail End Dump Power Equipment Articulating Off- Road $87.49 15J 11G 8X Operators Equipment 45 Yards.& Over Hard Tail End Dump Power Equipment Articulating Off-road $86.71 15J 11G 8X Operators Equipment Under 45 Yards Power Equipment Horizontal/Directional Drill $86.05 15J 11G 8X Operators Locator Power Equipment Horizontal/Directional Drill $86.71 15J 11G 8X Operators Operator Power Equipment Hydralifts/Boom Trucks $86.36 7A 11H 8X Operators Over 10 Tons Power Equipment Hydralifts/boom trucks:10 $82.59 7A 11H 8X Operators tons and under Power Equipment Leverman $89.27 15J 11G 8X Operators Power Equipment Loader,Overhead,6 Yards. $87.49 15J 11G 8X Operators But Not Including 8 Yards Power Equipment Loaders,Overhead Under $86.71 15J 11G 8X Operators 6 Yards Power Equipment Loaders, Plant Feed $86.71 15J 11G 8X Operators Power Equipment Loaders: Elevating Type $86.05 15J 11G 8X Operators Belt Power Equipment Locomotives,All $86.71 15J 11G 8X Operators Power Equipment Material Transfer Device $86.71 15J 11G 8X Operators Mechanics:All(Leadmen- Power Equipment $0.50 per hour over $88.36 15J 11G 8X Operators mechanic) Power Equipment Motor Patrol Graders $87.49 15J 11G 8X Operators Mucking Machine, Mole, Power Equipment Tunnel Drill, Boring, Road $87.49 15J 11G 8X Operators Header And/or Shield Oil Distributors, Blower Power Equipment Distribution&Mulch $82.29 15J 11G 8X Operators Seeding Operator Outside Hoists(Elevators Power Equipment and Manlifts),Air Tuggers, $86.05 15J 11G 8X Operators Strato Overhead,bridge type Power Equipment Crane:20 tons through 44 $87.03 7A 11H 8X Operators tons Power Equipment Overhead,bridge type: $88.67 7A 11H 8X Operators 100 tons and over Power Equipment Overhead,bridge type:45 $87.82 7A 11H 8X Operators tons through 99 tons Power Equipment Pavement Breaker $82.29 isi 11G 8X Operators Power Equipment Pile Driver(other Than $86.71 15J 11G 8X Operators Crane Mount) Power Equipment Plant Oiler-Asphalt, $86.05 isi 11G 8X Operators Crusher Power Equipment Posthole Digger, $82.29 15J 11G 8X Operators Mechanical Power Equipment Power Plant $82.29 isi 11G 8X Operators Power Equipment Pumps-Water $82.29 15J 11G 8X Operators Power Equipment Quad 9, Hd 41, D10 And $87.49 isi 11G 8X Operators Over Quick Tower:no cab, Power Equipment under 100 feet in height $86.71 15J 11G 8X Operators base to boom Remote Control Operator Power Equipment On Rubber Tired Earth $87.49 15J 11G 8X Operators Moving Equipment Power Equipment Rigger and Bellman $82.59 7A 11H 8X Operators Power Equipment Rigger/Signal Person, $86.36 7A 11H 8X Operators Bellman(Certified) Power Equipment Rollagon $87.49 15J 11G 8X Operators Power Equipment Roller,Other Than Plant $82.29 15J 11G 8X Operators Mix Power Equipment Roller, Plant Mix Or Multi- $86.05 15J 11G 8X Operators lift Materials Power Equipment Roto-mill, Roto-grinder $86.71 15J 11G 8X Operators Power Equipment Saws-Concrete $86.05 15J 11G 8X Operators Power Equipment Scraper,Self Propelled $86.71 15J 11G 8X Operators Under 45 Yards Power Equipment Scrapers-Concrete& $86.05 15J 11G 8X Operators Carry All Power Equipment Scrapers,Self-propelled: $87.49 15J 11G 8X Operators 45 Yards And Over Power Equipment Service Engineers: $86.05 15J 11G 8X Operators Equipment Power Equipment Shotcrete/Gunite $82.29 15J 11G 8X Operators Equipment Shovel, Excavator, Power Equipment Backhoe,Tractors Under $86.05 15J 11G 8X Operators 15 Metric Tons Shovel, Excavator, Power Equipment Backhoe:Over 30 Metric $87.49 15J 11G 8X Operators Tons To 50 Metric Tons Shovel, Excavator, Power Equipment Backhoes,Tractors:15 To $86.71 15J 11G 8X Operators 30 Metric Tons Shovel, Excavator, Power Equipment Backhoes:Over 50 Metric $88.36 15J 11G 8X Operators Tons To 90 Metric Tons Shovel, Excavator, Power Equipment Backhoes:Over 90 Metric $89.27 15J 11G 8X Operators Tons Power Equipment Slipform Pavers $87.49 15J 11G 8X Operators Power Equipment Spreader,Topsider& $87.49 15J 11G 8X Operators Screedman Power Equipment Subgrader Trimmer $86.71 15J 11G 8X Operators Power Equipment Tower Bucket Elevators $86.05 15J 11G 8X Operators Tower Crane:over 175' Power Equipment through 250' in height, $89.60 7A 11H 8X Operators base to boom Power Equipment Tower crane:up to 175' in $88.67 7A 11H 8X Operators height base to boom Power Equipment Tower Cranes:over 250' in $90.46 7A 11H 8X Operators height from base to boom Power Equipment Transporters,All Track Or $87.49 15J 11G 8X Operators Truck Type Power Equipment Trenching Machines $86.05 15J 11G 8X Operators Power Equipment Truck Crane Oiler/Driver: $87.03 7A 11H 8X Operators 100 tons and over Power Equipment Truck crane oiler/driver: $86.36 7A 11H 8X Operators under 100 tons Power Equipment Truck Mount Portable $86.71 15J 11G 8X Operators Conveyor Power Equipment Vac Truck(Vactor Guzzler, $86.71 15J 11G 8X Operators Hydro Excavator) Power Equipment Welder $87.49 15J 11G 8X Operators Power Equipment Wheel Tractors, Farmall $82.29 15J 11G 8X Operators Type Power Equipment Yo Yo Pay Dozer $86.71 15J 11G 8X Operators Power Equipment Operators- Underground Asphalt Plant Operators $87.49 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Assistant Engineer $82.29 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Barrier Machine(zipper) $86.71 15J 11G 8X Sewer&Water Power Equipment Batch Plant Operator, Operators- Underground $86.71 15J 11G 8X Concrete Sewer&Water Power Equipment Operators- Underground Boat Operator $87.82 7A 11H 8X Sewer&Water Power Equipment Operators- Underground Bobcat $82.29 15J 11G 8X Sewer&Water Power Equipment Brokk- Remote Operators- Underground $82.29 15J 11G 8X Demolition Equipment Sewer&Water Power Equipment Operators- Underground Brooms $82.29 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Bump Cutter $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Cableways $87.49 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Chipper $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Compressor $82.29 15J 11G 8X Sewer&Water Power Equipment Concrete Finish Machine- Operators- Underground $82.29 15J 11G 8X Laser Screed Sewer&Water Concrete Pump- Mounted Power Equipment Or Trailer High Pressure Operators- Underground $86.05 15J 11G 8X Line Pump, Pump High Sewer&Water Pressure Power Equipment Concrete Pump:Truck Operators- Underground Mount With Boom $87.49 15J 11G 8X Sewer&Water Attachment Over 42 M Power Equipment Concrete Pump:Truck Operators- Underground Mount With Boom $86.71 15J 11G 8X Sewer&Water Attachment Up To 42m Power Equipment Operators- Underground Conveyors $86.05 15J 11G 8X Sewer&Water Power Equipment Cranes Friction:200 tons Operators- Underground $90.46 7A 11H 8X and over Sewer&Water Power Equipment Cranes,A-frame:10 tons Operators- Underground $82.59 7A 11H 8X and under Sewer&Water Cranes:100 tons through Power Equipment 199 tons,or 150'of boom Operators- Underground $88.67 7A 11H 8X (including jib with Sewer&Water attachments) Power Equipment Cranes:20 tons through Operators- Underground $87.03 7A 11H 8X 44 tons with attachments Sewer&Water Cranes:200 tons-299 Power Equipment tons,or 250'of boom Operators- Underground $89.60 7A 11H 8X including jib with Sewer&Water attachments Power Equipment Cranes:300 tons and over Operators- Underground or 300'of boom including $90.46 7A 11H 8X Sewer&Water jib with attachments Cranes:45 tons through Power Equipment 99 tons,under 150'of Operators- Underground $87.82 7A 11H 8X boom(includingjib with Sewer&Water attachments) Power Equipment Cranes: Friction cranes Operators- Underground $89.60 7A 11H 8X through 199 tons Sewer&Water Power Equipment Cranes:through 19 tons Operators- Underground with attachments,a-frame $86.36 7A 11H 8X Sewer&Water over 10 tons Power Equipment Operators- Underground Crusher $86.71 15J 11G 8X Sewer&Water Power Equipment Deck Engineer/Deck Operators- Underground $86.71 15J 11G 8X Winches(power) Sewer&Water Power Equipment Derricks,On Building Operators- Underground $87.82 7A 11H 8X Work Sewer&Water Power Equipment Operators- Underground Dozers D-9&Under $86.05 15J 11G 8X Sewer&Water Power Equipment Drill Oilers:Auger Type, Operators- Underground $86.05 15J 11G 8X Truck Or Crane Mount Sewer&Water Power Equipment Operators- Underground Drilling Machine $88.36 15J 11G 8X Sewer&Water Power Equipment Elevator and man-lift: Operators- Underground $82.29 15J 11G 8X permanent and shaft type Sewer&Water Power Equipment Finishing Machine, Bidwell Operators- Underground And Gamaco&Similar $86.71 15J 11G 8X Sewer&Water Equipment Power Equipment Forklift:3000 Ibs and over Operators- Underground $86.05 15J 11G 8X with attachments Sewer&Water Power Equipment Forklifts:under 3000 lbs. Operators- Underground $82.29 15J 11G 8X with attachments Sewer&Water Power Equipment Grade Engineer:Using Operators- Underground Blue Prints,Cut Sheets, $86.71 15J 11G 8X Sewer&Water Etc Power Equipment Operators- Underground Gradechecker/Stakeman $82.29 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Guardrail Punch $86.71 15J 11G 8X Sewer&Water Hard Tail End Dump Power Equipment Articulating Off- Road Operators- Underground $87.49 15J 11G 8X Equipment 45 Yards.& Sewer&Water Over Hard Tail End Dump Power Equipment Articulating Off-road Operators- Underground $86.71 15J 11G 8X Equipment Under 45 Sewer&Water Yards Power Equipment Horizontal/Directional Drill Operators- Underground $86.05 15J 11G 8X Locator Sewer&Water Power Equipment Horizontal/Directional Drill Operators- Underground $86.71 15J 11G 8X Operator Sewer&Water Power Equipment Hydralifts/boom trucks:10 Operators- Underground $82.59 7A 11H 8X tons and under Sewer&Water Power Equipment Hydralifts/boom trucks: Operators- Underground $86.36 7A 11H 8X over 10 tons Sewer&Water Power Equipment Leverman $89.27 15J 11G 8X Operators- Underground Sewer&Water Power Equipment Loader,Overhead,6 Yards. Operators- Underground $87.49 isi 11G 8X But Not Including 8 Yards Sewer&Water Power Equipment Loaders,Overhead Under Operators- Underground $86.71 15J 11G 8X 6 Yards Sewer&Water Power Equipment Operators- Underground Loaders, Plant Feed $86.71 15J 11G 8X Sewer&Water Power Equipment Loaders: Elevating Type Operators- Underground $86.05 isi 11G 8X Belt Sewer&Water Power Equipment Operators- Underground Locomotives,All $86.71 isi 11G 8X Sewer&Water Power Equipment Operators- Underground Material Transfer Device $86.71 15J 11G 8X Sewer&Water Power Equipment Mechanics:All(Leadmen- Operators- Underground $0.50 per hour over $88.36 15J 11G 8X Sewer&Water mechanic) Power Equipment Operators- Underground Motor Patrol Graders $87.49 isi 11G 8X Sewer&Water Power Equipment Mucking Machine, Mole, $87.49 isi 11G 8X Operators- Underground Tunnel Drill, Boring, Road Sewer&Water Header And/or Shield Power Equipment Oil Distributors, Blower Operators- Underground Distribution&Mulch $82.29 isi 11G 8X Sewer&Water Seeding Operator Power Equipment Outside Hoists(Elevators Operators- Underground and Manlifts),Air Tuggers, $86.05 15J 11G 8X Sewer&Water Strato Power Equipment Overhead,bridge type Operators- Underground Crane:20 tons through 44 $87.03 7A 11H 8X Sewer&Water tons Power Equipment Overhead,bridge type: Operators- Underground $88.67 7A 11H 8X 100 tons and over Sewer&Water Power Equipment Overhead,bridge type:45 Operators- Underground $87.82 7A 11H 8X tons through 99 tons Sewer&Water Power Equipment Operators- Underground Pavement Breaker $82.29 15J 11G 8X Sewer&Water Power Equipment Pile Driver(other Than Operators- Underground $86.71 15J 11G 8X Crane Mount) Sewer&Water Power Equipment Plant Oiler-Asphalt, Operators- Underground $86.05 isi 11G 8X Crusher Sewer&Water Power Equipment Posthole Digger, $82.29 isi 11G 8X Operators- Underground Mechanical Sewer&Water Power Equipment Operators- Underground Power Plant $82.29 isi 11G 8X Sewer&Water Power Equipment Operators- Underground Pumps-Water $82.29 15J 11G 8X Sewer&Water Power Equipment Quad 9, Hd 41, D10 And Operators- Underground $87.49 15J 11G 8X Over Sewer&Water Power Equipment Quick Tower:no cab, Operators- Underground under 100 feet in height $86.71 isi 11G 8X Sewer&Water base to boom Power Equipment Remote Control Operator Operators- Underground On Rubber Tired Earth $87.49 isi 11G 8X Sewer&Water Moving Equipment Power Equipment Operators- Underground Rigger and Bellman $82.59 7A 11H 8X Sewer&Water Power Equipment Rigger/Signal Person, Operators- Underground $86.36 7A 11H 8X Bellman(Certified) Sewer&Water Power Equipment Operators- Underground Rollagon $87.49 isi 11G 8X Sewer&Water Power Equipment Roller,Other Than Plant $82.29 isi 11G 8X Operators- Underground Mix Sewer&Water Power Equipment Roller, Plant Mix Or Multi- Operators- Underground $86.05 isi 11G 8X lift Materials Sewer&Water Power Equipment Operators- Underground Roto-mill, Roto-grinder $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Saws-Concrete $86.05 15J 11G 8X Sewer&Water Power Equipment Scraper,Self Propelled Operators- Underground $86.71 isi 11G 8X Under 45 Yards Sewer&Water Power Equipment Scrapers-Concrete& Operators- Underground $86.05 isi 11G 8X Carry All Sewer&Water Power Equipment Scrapers,Self-propelled: Operators- Underground $87.49 15J 11G 8X 45 Yards And Over Sewer&Water Power Equipment Shotcrete/Gunite Operators- Underground $82.29 15J 11G 8X Equipment Sewer&Water Power Equipment Shovel, Excavator, Operators- Underground Backhoe,Tractors Under $86.05 isi 11G 8X Sewer&Water 15 Metric Tons Power Equipment Shovel, Excavator, $87.49 isi 11G 8X Operators- Underground Backhoe:Over 30 Metric Sewer&Water Tons To 50 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes,Tractors:15 To $86.71 15J 11G 8X Sewer&Water 30 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes:Over 50 Metric $88.36 15J 11G 8X Sewer&Water Tons To 90 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes:Over 90 Metric $89.27 15J 11G 8X Sewer&Water Tons Power Equipment Operators- Underground Slipform Pavers $87.49 15J 11G 8X Sewer&Water Power Equipment Spreader,Topsider& Operators- Underground $87.49 15J 11G 8X Screedman Sewer&Water Power Equipment Operators- Underground Subgrader Trimmer $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Tower Bucket Elevators $86.05 15J 11G 8X Sewer&Water Power Equipment Tower Crane:over 175' Operators- Underground through 250' in height, $89.60 7A 11H 8X Sewer&Water base to boom Power Equipment Tower crane:up to 175' in $88.67 7A 11H 8X Operators- Underground height base to boom Sewer&Water Power Equipment Tower Cranes:over 250' in Operators- Underground $90.46 7A 11H 8X height from base to boom Sewer&Water Power Equipment Transporters,All Track Or Operators- Underground $87.49 15J 11G 8X Truck Type Sewer&Water Power Equipment Operators- Underground Trenching Machines $86.05 15J 11G 8X Sewer&Water Power Equipment Truck Crane Oiler/Driver: Operators- Underground $87.03 7A 11H 8X 100 tons and over Sewer&Water Power Equipment Truck crane oiler/driver: Operators- Underground $86.36 7A 11H 8X under 100 tons Sewer&Water Power Equipment Truck Mount Portable Operators- Underground $86.71 15J 11G 8X Conveyor Sewer&Water Power Equipment Vac Truck(Vactor Guzzler, Operators- Underground $86.71 15J 11G 8X Hydro Excavator) Sewer&Water Power Equipment Operators- Underground Welder $87.49 15J 11G 8X Sewer&Water Power Equipment Wheel Tractors, Farmall $82.29 15J 11G 8X Operators- Underground Type Sewer&Water Power Equipment Operators- Underground Yo Yo Pay Dozer $86.71 isi 11G 8X Sewer&Water Power Line Clearance Tree Journey Level In Charge $61.73 SA 4A Trimmers Power Line Clearance Tree Spray Person $58.44 SA 4A Trimmers Power Line Clearance Tree Tree Equipment Operator $61.73 SA 4A Trimmers Power Line Clearance Tree Tree Trimmer $55.14 SA 4A Trimmers Power Line Clearance Tree Tree Trimmer $41.68 SA 4A Trimmers Groundperson Refrigeration&Air Journey Level $98.07 6Z 1G Conditioning Mechanics Residential Brick Mason Journey Level $71.82 7E 1N Residential Carpenters Journey Level $36.44 1 Residential Cement Masons Journey Level $46.64 1 Residential Drywall Journey Level $78.76 isi 4C Applicators Residential Drywall Tapers Journey Level $36.36 1 Residential Electricians Journey Level $48.80 1 Residential Glaziers Journey Level $28.93 1 Residential Insulation Journey Level $28.18 1 Applicators Residential Laborers Journey Level $29.73 1 Residential Marble Setters Journey Level $27.38 1 Residential Painters Journey Level $23.47 1 Residential Plumbers& Journey Level $45.40 1 Pipefitters Residential Refrigeration& Journey Level $99.92 7F 1E Air Conditioning Mechanics Residential Sheet Metal Journey Level $99.92 7F 1E Workers Residential Soft Floor Journey Level $59.52 5A 3J Layers Residential Sprinkler Fitters Journey Level $63.61 1 (Fire Protection) Residential Stone Masons Journey Level $71.82 7E 1N Residential Terrazzo Journey Level $67.51 7E 1N Workers Residential Terrazzo/Tile Journey Level $24.39 1 Finishers Residential Tile Setters Journey Level $21.04 1 Roofers Journey Level $64.45 5A 3H Using Irritable Bituminous Roofers $67.39 5A 3H Materials Journey Level(Field or Sheet Metal Workers $99.92 7F 1E Shop) New Construction Shipbuilding&Ship Repair $58.93 7X 4.11 Boilermaker New Construction Shipbuilding&Ship Repair $51.85 7X 4.11 Carpenter New Construction Crane Shipbuilding&Ship Repair $43.00 7V 1 Operator New Construction Shipbuilding&Ship Repair $58.98 7X 4.11 Electrician New Construction Heat& Shipbuilding&Ship Repair $91.81 15H 11C Frost Insulator Shipbuilding&Ship Repair New Construction Laborer $58.60 7X 4.11 New Construction Shipbuilding&Ship Repair $58.79 7X 4.11 Machinist New Construction Shipbuilding&Ship Repair $43.00 7V 1 Operating Engineer Shipbuilding&Ship Repair New Construction Painter $58.72 7X 4.11 New Construction Shipbuilding&Ship Repair $59.07 7X 4.11 Pipefitter Shipbuilding&Ship Repair New Construction Rigger $58.93 7X 4J New Construction Sheet Shipbuilding&Ship Repair $58.68 7X 4J Metal New Construction Shipbuilding&Ship Repair $51.85 7X 4J Shipwright New Construction Shipbuilding&Ship Repair $43.00 7V 1 Warehouse/Teamster New Construction Welder Shipbuilding&Ship Repair $58.93 7X 4J /Burner Shipbuilding&Ship Repair Ship Repair Boilermaker $58.93 7X 4J Shipbuilding&Ship Repair Ship Repair Carpenter $51.85 7X 4J Ship Repair Crane Shipbuilding&Ship Repair $45.06 7Y 4K Operator Shipbuilding&Ship Repair Ship Repair Electrician $58.98 7X 4J Ship Repair Heat&Frost Shipbuilding&Ship Repair $91.81 15H 11C Insulator Shipbuilding&Ship Repair Ship Repair Laborer $58.60 7X 4J Shipbuilding&Ship Repair Ship Repair Machinist $58.79 7X 4J Ship Repair Operating Shipbuilding&Ship Repair $45.06 7Y 4K Engineer Shipbuilding&Ship Repair Ship Repair Painter $58.72 7X 4J Shipbuilding&Ship Repair Ship Repair Pipefitter $59.07 7X 4J Shipbuilding&Ship Repair Ship Repair Rigger $58.93 7X 4J Shipbuilding&Ship Repair Ship Repair Sheet Metal $58.68 7X 4J Shipbuilding&Ship Repair Ship Repair Shipwright $51.85 7X 4J Ship Repair Warehouse/ Shipbuilding&Ship Repair $45.06 7Y 4K Teamster Sign Makers&Installers Journey Level $58.04 0 1 (Electrical). Sign Makers&Installers Journey Level $37.08 0 1 (Non-Electrical). Soft Floor Layers Journey Level $78.98 15J 4C Solar Controls For Windows Journey Level $16.28 1 Sprinkler Fitters(Fire Journey Level $96.99 5C ix Protection). Stage Rigging Mechanics Journey Level $16.28 1 (Non Structural). Stone Masons Journey Level $71.82 7E 1N Street And Parking Lot Journey Level $19.09 1 Sweeper Workers Assistant Construction Surveyors $86.36 7A 11H 8X Site Surveyor Surveyors Chainman $82.59 7A 11H 8X Construction Site Surveyors $87.82 7A 11H 8X Surveyor Drone Operator(when Surveyors used in conjunction with $82.59 7A 11H 8X survey work only) Ground Penetrating Radar Surveyors $82.59 7A 11H 8X Operator Telecommunication Journey Level $65.66 7E 1E Technicians Telephone Line Cable Splicer $41.35 5A 2B Construction-Outside Telephone Line Hole Digger/Ground $27.31 5A 2B Construction-Outside Person Telephone Line Telephone Equipment $34.53 5A 2B Construction-Outside Operator(Light) Telephone Line Telephone Lineperson $39.07 5A 2B Construction-Outside Terrazzo Workers Journey Level $67.51 7E 1N Tile Setters Journey Level $65.51 7E 1N Tile, Marble&Terrazzo Finisher $56.34 7E 1N Finishers Traffic Control Stripers Journey Level $92.44 15L 1K Truck Drivers Asphalt Mix Over 16 Yards $79.40 15J 11M 8L Truck Drivers Asphalt Mix To 16 Yards $78.56 15J 11M 8L Truck Drivers Dump Truck $78.56 15J 11M 8L Truck Drivers Dump Truck&Trailer $79.40 15J 11M 8L Truck Drivers Other Trucks $79.40 15J 11M 8L Truck Drivers- Ready Mix Transit Mix $79.40 15J 11M 8L Well Drillers&Irrigation Irrigation Pump Installer $17.71 1 Pump Installers Well Drillers&Irrigation Oiler $16.28 1 Pump Installers Well Drillers&Irrigation Well Driller $18.00 1 Pump Installers Opp Signature: Ton���!a(Dec 10,0 417:OO PST) Signature: Kent (Dec 11,202415:35 PST) Email: tkhau@kentwa.gov Email: parkscontracts@kentwa.gov Signature: 8rc���Brian Levenhagen(Dec 12,202 08:32 PST) Email: bjlevenhagen@kentwa.gov FAC-12102024-Evergreen Technologies- Verkada Municipal Service Building Final Audit Report 2024-12-12 Created: 2024-12-10 By: Leah Bryant(Ibryant@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAk5LG8gp9Ordi1lepthX_uh78dwj3A3Sr "FAC-12102024-Evergreen Technologies- Verkada Municipal Se rvice Building" History Document created by Leah Bryant(Ibryant@kentwa.gov) 2024-12-10-11:07:27 PM GMT Document emailed to tkhau@kentwa.gov for signature 2024-12-10-11:11:21 PM GMT Email viewed by tkhau@kentwa.gov 2024-12-11 -0:19:24 AM GMT Signer tkhau@kentwa.gov entered name at signing as Tona Khau 2024-12-11 -1:00:04 AM GMT Document e-signed by Tona Khau (tkhau@kentwa.gov) Signature Date:2024-12-11 -1:00:06 AM GMT-Time Source:server Document emailed to BRAD KING (bking@evergreentec.com)for signature 2024-12-11 -1:00:09 AM GMT Email viewed by BRAD KING (bking@evergreentec.com) 2024-12-11 -2:33:13 AM GMT Document e-signed by BRAD KING (bking@evergreentec.com) Signature Date:2024-12-11 -2:34:35 AM GMT-Time Source:server P4 Document emailed to Kent Parks (parkscontracts@kentwa.gov)for signature 2024-12-11 -2:34:38 AM GMT Email viewed by Kent Parks (parkscontracts@kentwa.gov) 2024-12-11 -11:33:13 PM GMT Adobe Acrobat Sign E= Document e-signed by Kent Parks (parkscontracts@kentwa.gov) Signature Date:2024-12-11 -11:35:27 PM GMT-Time Source:server Document emailed to Brian Levenhagen (bjlevenhagen@kentwa.gov)for signature 2024-12-11 -11:35:30 PM GMT Email viewed by Brian Levenhagen (bjlevenhagen@kentwa.gov) 2024-12-12-4:31:40 PM GMT E= Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date:2024-12-12-4:32:54 PM GMT-Time Source:server Agreement completed. 2024-12-12-4:32:54 PM GMT Adobe Acrobat Sign