Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 17-148RETURN TO: PW ADMIN EXT: 2700 ID #: . 1 0 .3 2 1,2
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT /DIV: PUBLIC WORKS ld2har/LeL✓iiiej//4q/ 600/7-
2. ORIGINATING STAFF PERSON: aONGEDie- EXT: .2'15'3' 3. DATE REQ. BY: 0J /.o / ATE
3. TYPE OF DOCUMENT (CHECK ONE): 1/ /$/tO a ier-
CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP.y)
❑ PUBLIC WORKS CONTRACT X SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: nOdocintelar ,1T iff -A5, ll i% ,,5
5. NAME OF CONTRACTOR: liggbaAto A7pl[Srd/L3 6C> AE aN97GkrA4r /NC.
ADDRESS: i / ,./ .1 ./_ TELEPHONE: (53) 110 -f443
_
E -MAIL: 214,o1 NET• FAX: (253)1/614 -os09
SIGNATURE NAME: LcV Aatrili TITLE: /4 '2ovr
6. EXHIBITS AND ATTACHMENTS: $ SCOPE, WORK OR SERVICES of COMPENSATION X1 INSURANCE REQUIREMENTS /CERTIFICATE $1 ALL OTHER
REFERENCED EXHIBITS ❑nPPROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
CFW LICENSE #V7 104020 BL, EXP. 12/31/ (7 uBI # Lo/1391NI , EXP. 07 1,30 /042/8'
7. TERM: COMMENCEMENT DATE: /6 /III 9-- COMPLETION DATE: /.0//Zci7
8. TOTAL COMPENSATION: $ VI (INCLUDE EXPENSES AND SALES TAX, IF ANY)
L.00.
(IF CALCULATED ON HOUR Y LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES g NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YE5 Ix-NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: 1.ai 4x5. co RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
PURCHASING: PLEASE CHARGE TO: 3b - Roo - 2$ - g71 620
-,i/
Fr4 eAfieAV 'a c ` _ ∎el lIPA F
9. DOCUMENT / CONTRACT REVIEW INITIAL / D A E REVIEWED INITIAL / DATE APPROVED
p( PROJECT MANAGER t;.4720/ 4/•
�A
%DIVISION MANAGER ,____ ,MillIMIGHEllit
- x DEPUTY DIRECTORS 6 iv-" r \%
DIRECTOR .. 1 ��� _ .� +
❑ RISK MANAGEMENT (IF APPLICABLE) .r; �— - J -----• -
A, LAW DEPT 4,781 uT, 7 „_.
10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 0,Zp /L COUNCIL APPROVAL DATE: //.':O /.TJ/Ii
11. CONTRACT SIGNATURE ROUTING (�{
SENT TO VENDOR/CONTRACTOR DATE SENT _ ` 7111 1J DATE REC'D: �`�
r/
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
I, ,L /DAT SIG D
FINANCE DEPARTMENT �_�'►. ��`
LAW DEPT �■ I I •
/y(
SIGNATORY (MAYOR pOrncf :REcivee�- , �r .
r
VI
19 CITY CLERK (0 -_ IFK1
%A ASSIGNED AG # AG# EI
N SIGNED COPY RETURNED DATE SENT: / - 1
Rei ., Qwr n°JQ rnr
COMMENTS:
EXECUTE " ' ORIGINALS
FCC(
4/2017
Tony Doucette
From: dana @woodlandindustries.net
Sent: Monday, October 02, 2017 1:30 PM
To: Tony Doucette
Subject: RE: Demolition of Structures at 36818 8th Ave S
Good Afternoon Tony,
I have reviewed the change & approve you swapping it in the contract.
Thanks!
Dana Schmidt
Office Manager
Woodland Industries
10715 66th Ave E
Puyallup, WA 98373
253 - 770 -9663 Office
253- 446 -0509 Fax
Original Message
Subject: Demolition of Structures at 36818 8th Ave S
From: Tony Doucette < Tony .Doucette @cityoffederalway.com>
Date: Mon, October 02, 2017 1:06 pm
To: " 'dana @woodlandindustries.net "' <dana @woodlandindustries.net>
Hi Dana,
Our legal staff noticed that I made a mistake in the compensation section on
page 4 of the contract (see attached). The amount is $48,500, as shown in
numbers, but the worded version said "fifty" instead of "five- hundred." The
original and revised pages are shown attached. Please reply to confirm that you
have reviewed the change and approve me swapping the page in the contract to
be signed by the Mayor.
Thanks,
Tony Doucette, P.E.
SWM Engineer
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
P: (253) 835 -2753
F: (253) 835 -2709
tony .doucette @cityoffederalway.com
SMALL
PUBLIC WORKS CONTRACT
FOR
DEMOLITION OF STRUCTURES AT 36818 8TH AVE S
This small public works contract ( "Contract ") is dated effective this day of
Oehrgr_____20_11 and is made by and between the City of Federal Way, a Washington municipal
corporation ( "City" or "Owner "), and Woodland Industries General Contracting, Inc., a
Washington Corporation ( "Contractor ").
A. The City desires to retain an independent contractor to furnish all labor and
materials necessary to perform work at 36818 8th Ave S, Federal Way, Washington ( "Property ");
and
B. The Contractor has the requisite skill and necessary experience to perform such
work.
NOW, THEREFORE, the Parties ( "Parties ") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools,
materials, supplies, equipment, labor and other items incidental thereto necessary for the
construction and completion of the work, more particularly described as the Demolition of
Structures at 36818 8th Ave S; in Exhibit "A" attached hereto and incorporated by this reference,
( "Work "), and in accordance with and as described in the Contract Documents, which include
without limitation, this Contract, the Request for Quotes for Demolition of Structures at 36818
8th Ave S, Contract Change Order Agreement attached as Exhibit `B," Contractor's Retainage
Agreement attached as Exhibit "C," Contractor's Retainage Bond attached as Exhibit "D,"
Notice to Labor Unions attached as Exhibit "E," Certificate(s) of Insurance Form attached hereto
as Exhibit "F," Performance /Payment Bond attached hereto as Exhibit "G," Prevailing Wage
Rates attached as Exhibit "H," Title VI Assurances attached hereto as Exhibit "I," Compensation
schedule attached hereto as Exhibit "J," and all other Appendices attached hereto and
incorporated by this reference, (collectively the "Contract Documents "), which Work shall be
completed to the City's satisfaction, within the time period prescribed by the City and pursuant
to the direction of the Mayor or his or her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt
by the Contractor of the City's Notice to Proceed. The Work shall be completed on or before the
31st day of December, 2017. In the event the Work is not completed within the time specified,
Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula
included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City
has accepted the Work.
1.3 Liquidated Damages. Time is of the essence of the Contract. Delays
inconvenience the public and cost taxpayers undue sums of money, adding time needed for
Rev 4/17
- 1 -
administration, inspection, and supervision. It is impractical for the City to calculate the actual
cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the
following formula for its failure to complete this Contract on time:
(1) To pay (according to the following formula) liquidated damages for each working
day beyond the number of working days established for completion, and
(2) To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
LIQUIDATED DAMAGES FORMULA
LD = 0.15C
T
where: LD = Liquidated damages per working day (rounded to the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
When the Work is completed to the extent that the City has full and unrestricted use and
benefit of the facilities, both from an operational and safety standpoint, the City may determine
the Work is complete. Liquidated damages will not be assessed for any days for which an
extension of time is granted. No deduction or payment of liquidated damages will, in any degree,
release the Contractor from further obligations and liabilities to complete this entire Contract.
1.4 Performance Standard. Contractor shall perform the Work in a manner consistent
with accepted practices for other properly licensed contractors, performed to the City's
satisfaction, within the time period prescribed by the City.
1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including but not limited to all City ordinances,
resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain
all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense.
1.6 Change Orders. The City may, at any time, without notice to sureties, order
changes within the scope of the Work. Contractor agrees to fully perform any such alterations or
additions to the Work. All such change orders shall be in the form of the Contract Change Order
Agreement attached hereto as Exhibit `B," which shall be signed by both the Contractor and the
City, shall specifically state the change of the Work, the completion date for such changed Work,
and any increase or decrease in the compensation to be paid to Contractor as a result of such
change in the Work. Oral change orders shall not be binding upon the City unless confirmed in
writing by the City. If any change hereunder causes an increase or decrease in the Contractor's
cost of, or time required for, the performance or any part of the Work under this Contract, an
equitable adjustment will be made and the Contract modified in writing accordingly.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order from the City or after giving the City
Rev 4/17 — 2 -
the written notice required above, as the case may be, submit to the City a written statement
setting forth the general nature and monetary extent of such claim; provided the City, in its sole
discretion, may extend such five (5) day submittal period upon request by the Contractor. The
Contractor shall supply such supporting documents and analysis for the claims as the City may
require to determine if the claims and costs have merit. No claim will be allowed for any costs
incurred more than five (5) days before the Contractor gives written notice as required. No claim
by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final
payment under this Contract.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by
the City, omit work, services and materials to be furnished under the Contract and the value of
the omitted work and materials will be deducted from the Total Compensation and the delivery
schedule will be reviewed if appropriate. The value of the omitted work, services and materials
will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the
City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a
unilateral change order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities
affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as
amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including
utilization of the "one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose
construction materials including without limitation, sand, dirt, gravel, asphalt, excavated
materials, construction debris, etc., to protect said materials from air exposure and to minimize
emission of airborne particles to the ambient air environment within the City of Federal Way.
2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
completion of the Work, which shall be no later than the 31st day of December 2017, and the
expiration of all warranties contained in the Contract Documents ( "Term ").
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete
the Work, and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including but not limited to being registered to do business in the City of
Federal Way by obtaining a City of Federal Way business registration. Contractor represents that
it has visited the site and is familiar with all of the plans and specifications in connection with the
completion of the Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all
Work which the City deems to have defects in workmanship and material discovered within one
(1) year after the City's final acceptance of the Work.
Rev4 /17 — 3
4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work, the
City agrees to pay the Contractor an amount not to exceed forty -eight thousand five hundred and
00 /100 Dollars ($48,500.00), as identified on the compensation form attached hereto as Exhibit
"J" which shall constitute full and complete payment by the City.
4.2 Contractor Responsible for Taxes. Except as otherwise provided in Section 4.1
hereof,) the Contractor shall be solely responsible for the payment of any taxes imposed by any
lawful jurisdiction as a result of the performance and payment of this Contract.
4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor
for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which
shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is
acceptable to the City.
4.4 Method of Payment. Payment by the City for the Work will only be made after
the Work has been completed, a voucher or invoice is submitted in the form specified by the
City, and such invoice is approved by the appropriate City representative. Payment shall be made
within thirty (30) days of receipt of such invoice or voucher unless otherwise set forth in the Bid
Form. The Contractor's acceptance of such payment for the Work shall constitute full
compensation for the performance of the Work. Invoices shall be submitted, in duplicate to:
City of Federal Way
ATTN: Accounts Payable
33325 8th Avenue South
Federal Way, WA 98003 -6325
Duplicate invoices shall be furnished to:
City of Federal Way
ATTN: Tony Doucette
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003 -6325
4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total
Compensation shall be retained by the City to assure payment of Contractor's state taxes as well
as payment of subcontractors, suppliers and laborers. Upon execution of this Contract,
Contractor shall complete, execute and deliver to the City the Contractor's Retainage Agreement
attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No
payments shall be made by the City from the retained percentage fund ( "Fund ") nor shall the
City release any retained percentage escrow account to any person, until the City has received
from the Department of Revenue a certificate that all taxes, increases, and penalties due from the
Contractor and all taxes due and to become due with respect to the Contract have been paid in
Rev 4/17 — 4 -
full or that they are, in the Department's opinion, readily collectible without recourse to the
State's lien on the retained percentage. Upon non - payment by the general contractor, any
supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28
RCW. Subcontractors or suppliers are required to give notice of any lien within forty -five (45)
days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty
(60) days after completion of all Work on this Contract, the City shall release and pay in full the
money held in the Fund, unless the City becomes aware of outstanding claims made against this
Fund.
5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and
employment made possible by or resulting from this Contract, there shall be no discrimination by
Contractor or by Contractor's employees, agents, subcontractors or representatives against any
person because of sex, age (except minimum age and retirement provisions), race, color, creed,
national origin, marital status or the presence of any disability, including sensory, mental or
physical handicaps, unless based upon a bona fide occupational qualification in relationship to
hiring and employment. This requirement shall apply, but not be limited to the following:
employment, advertising, layoff or termination, rates of pay or other forms of compensation, and
selection for training, including apprenticeship. Contractor shall comply with and shall not
violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil Rights Act of 1964, the
Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21,
21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non-
discrimination. Contractor shall post a notice to Labor Unions or other employment
organizations, attached hereto as Exhibit "E," as required by Section 202 of Executive Order
11246. Any material violation of this provision shall be grounds for termination of this Contract
by the City and, in the case of the Contractor's breach, may result in ineligibility for further City
agreements. If this project involves federal funds including USDOT funds administered by
WSDOT, the contractor agrees to the clauses contained in Exhibit I.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor
sick leave, vacation pay or any other benefit of employment, nor to pay any social security or
other tax which may arise as an incident of employment. The Contractor shall pay all income and
other taxes due. Industrial or any other insurance that is purchased for the benefit of the City,
regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall
not be deemed to convert this Agreement to an employment contract. It is recognized that
Contractor may or will be performing professional services during the Term for other parties;
provided, however, that such performance of other services shall not conflict with or interfere
with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts
of interest in favor of the City.
6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual,
the contractor agrees to notify the City and complete any required form if the Contractor retired
Rev 4/17 — 5 -
under a State of Washington retirement system and agrees to indemnify any losses the City may
sustain through the Contractor's failure to do so.
7. TERMINATION
Prior to the expiration of the Term, this Contract may be terminated immediately, with or
without cause by the City.
8. INDEMNIFICATION
8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend and hold
the City, its elected officials, officers, employees, agents, and volunteers harmless from any and
all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by
any and all persons or entities, including, without limitation, their respective agents, licensees, or
representatives, arising from, resulting from, or connected with this Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents,
employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that
may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages, compensation or benefits payable to or by any third party under workers'
compensation acts, disability benefit acts or any other benefits acts or programs.
8.2 City Indemnification. The City agrees to indemnify, defend and hold the
Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from
any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to
or by any and all persons or entities, including without limitation, their respective agents,
licensees, or representatives, arising from, resulting from or connected with this Contract to the
extent solely caused by the negligent acts, errors, or omissions of the City, its employees or
agents.
8.3 Survival. The provisions of this Section shall survive the expiration or termination
of this Contract with respect to any event occurring prior to such expiration or termination.
9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following
insurance, in such forms and with such carriers who have a rating, which is satisfactory to the
City:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
(2) Commercial general liability insurance covering liability arising from premises,
operations, independent contractors, products - completed operations, stop gap liability,
personal injury, bodily injury, death, property damage, products liability, advertising
Rev 4/17 — 6
injury, and liability assumed under an insured contract with limits no less than
$1,000,000 for each occurrence and $2,000,000 general aggregate.
(3) Automobile liability insurance with combined single limits of liability not less
than $2,000,000 for bodily injury, including personal injury or death and property
damage.
(4) If any structures are involved in the Contract, the Contractor shall maintain an All
Risk Builder's Risk 2 form at all times in an amount no less than the replacement value
of the structure until final acceptance of the project by the City.
(5) Pollution liability insurance covering remediation and disposal work with limits
no less than $1,000,000 per claim and $2,000,000 aggregate limit.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
following provisions:
(1) The City, its officers, officials, employees, volunteers and agents shall each be
named as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty (30) days
prior written notice by certified mail, return receipt requested, to the City.
(3) Coverage shall be primary and non - contributory insurance as respects the City, its
officials, employees and volunteers. Any insurance or self - insurance maintained by the
City, its officials, employees or volunteers shall be in excess of Contractor's insurance.
(4) Coverage shall apply to each insured separately against whom claim is made or
suit is brought.
(5) Coverage shall be written on an "occurrence" form as opposed to a "claims made"
or "claims paid" form.
9.3 Verification. Contractor shall furnish the City with certificates of insurance
evidencing the coverage required by this Section, in compliance with the Certificate(s) of
Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person
authorized by the insurer to bind coverage on its behalf. The City reserves the right to require
complete certified copies of all required insurance policies, at any time.
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured
under its policies or shall furnish separate certificates for each subcontractor. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
9.5 Deductibles and Self Insured Retentions. Any deductibles or self - insured
retentions must be disclosed by Contractor and approved in writing by the City. At the option of
the City, Contractor shall either reduce or eliminate such deductibles or self - insured retentions or
Rev 4/17 — 7 -
procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of
such deductibles or self - insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. Contractor shall not commence any Work until its coverage has been
approved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required
by this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor
and the City may then award this Contract to the next lower bidder.
The provisions of this Section shall survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination.
10. PERFORMANCE /PAYMENT BOND
Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor
of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this
reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of
the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of
this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors
and material persons. Contractor's obligations under this Contract shall not be limited to the
dollar amount of the bond.
Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this
Contract as less than Thirty -Five Thousand Dollars ($35,000.00), the City may, in lieu of a bond,
retain fifty percent (50 %) 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 Department of Revenue and
the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28
RCW, whichever is later.
11. SAFETY
Contractor shall take all necessary precautions for the safety of employees on the work
site and shall comply with all applicable provisions of federal, state and municipal safety and
health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and
Health Standards for Construction Work (Chapter 296 -155 WAC), General Safety and Health
Standards (Chapter 296 -24 WAC), and General Occupational Health Standards (Chapter 296 -62
WAC). Contractor shall erect and properly maintain, at all times, all necessary guards,
barricades, signals and other safeguards at all unsafe places at or near the Work for the protection
of its employees and the public, safe passageways at all road crossings, crosswalks, street
intersections, post danger signs warning against known or unusual hazards and do all other
things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all
water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is
Rev 4/17
likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its
own expense, secure and maintain a safe storage place for its materials and equipment and is
solely responsible for the same.
12. PREVAILING WAGES
12.1 Wages of Employees. This Contract is subject to the minimum wage requirements
of Chapter 39.12 of the Revised Code of Washington, as now existing or hereafter amended or
supplemented. In the payment of hourly wages and fringe benefits to be paid to any of
Contractor's laborers, workpersons and /or mechanics, Contractor shall not pay less than the
"prevailing rate of wage" for an hour's work in the same trade or occupation in the locality
within the State of Washington where such labor is performed, as determined by the Industrial
Statistician of the Department of Labor and Industries of the State of Washington, which
"prevailing rates of wage" are attached hereto as Exhibit "H" and incorporated herein by this
reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates,
which are in effect on the date when the bids, proposals, or quotes were required to be submitted
to the City.
12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter
39.12 RCW, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership; and
(3) The President, Vice President and Treasurer of a corporation if each one
owns at least 30% of the corporation.
12.3 Reporting Requirements. Contractor shall comply with all reporting requirements
of the Department of Labor and Industries of the State of Washington. Upon the execution of this
Contract, Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with
the Department of Labor and Industries. Upon completion of the Work, Contractor shall
complete and file an Affidavit of Wages Paid with the Department of Labor and Industries.
Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the
Affidavit of Wages Paid, certified by the Department of Labor and Industries, to the City.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be resolved by the City and the
Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor
and Industries of the State of Washington and the decision therein shall be final and conclusive
and binding on all parties involved in the dispute.
13. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, or fail to pay
for any materials or any insurance premiums, the City may terminate this Contract and/or the
Rev 4/17 — 9 -
City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or insurance premiums.
14. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs,
design specifications, records, files computer disks, magnetic media, all finished or unfinished
documents or material which may be produced or modified by Contractor while performing the
Work shall become the property of the City and shall be delivered to the City at its request.
15. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and
shall not be made available to any individual or organization by the Contractor without prior
written approval of the City.
16. BOOKS AND RECORDS
The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. These records shall be subject at all
reasonable times to inspection, review or audit by the City, its authorized representative, the
State Auditor, or other governmental officials authorized by law to monitor this Contract.
17. CLEAN UP
At any time ordered by the City and immediately after completion of the Work, the Contractor,
shall, at its own expense, clean up and remove all refuse and unused materials of any kind
resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the
City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof
shall be immediately paid by the Contractor to the City and /or the City may deduct its costs from
any remaining payments due to the Contractor.
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of
registration with the State of Washington; has a current state unified business identifier number;
is not disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an
employment security department number as required in Title 50 RCW, if applicable; has a state
excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid
electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an
elevator contractor license as required by chapter 70.87 RCW, if applicable.
Rev 4/17 — 10 —
18.2 Subcontractor Contracts. The Contractor shall include the language of this section
in each of its first tier subcontracts, and shall require each of its subcontractors to include the
same language of this section in each of their subcontracts, adjusting only as necessary the terms
used for the contracting parties. Upon request of the Owner, the Contractor shall promptly
provide documentation to the Owner demonstrating that the subcontractor meets the
subcontractor responsibility criteria below. The requirements of this section apply to all
subcontractors regardless of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor
shall verify that each of its first tier subcontractors meets the following bidder responsibility
criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which
must have been in effect at the time of subcontract bid submittal; Have a current Washington
Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers'
compensation) coverage for the subcontractor's employees working in Washington, as required
in Title 51 RCW, if applicable; A Washington Employment Security Department number, as
required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW, if applicable; An electrical contractor license,
if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by
Chapter 70.87 RCW.
19. GENERAL PROVISIONS
19.1 Entire Contract. The Contract Documents contain all of the agreements of the
Parties with respect to any matter covered or mentioned in this Contract and no prior agreements
or understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be
amended or added to except by agreement in writing signed by the Parties or their respective
successors in interest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid,
void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such
other provisions shall remain in full force and effect.
19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or
all of its obligations and rights hereunder without the prior written consent of the City. In the
event the City consents to any such assignment or transfer, such consent shall in no way release
the Contractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
Rev 4/17 — 11 —
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such breach
or default. Failure of the City to declare one breach or default does not act as a waiver of the
City's right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authority. Each individual executing this Contract on behalf of the City and
Contractor represents and warrants that such individuals are duly authorized to execute and
deliver this Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any
notices may be delivered personally to the addressee of the notice or may be deposited in the
United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the
United States mail shall be deemed received three (3) days after the date of mailing.
19.11 Captions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any
respect any of the provisions of this Contract.
19.12 Performance. Time is of the essence of this Contract and each and all of its
provisions in which performance is a factor. Adherence to completion dates is essential to the
Contractor's performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No.
91 -54, as amended, occurs as a result of the formation and/or performance of this Contract, this
Contract may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions
of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation
of the controlling document, which interpretation shall be final and binding.
DATED the day and year set forth above.
[Signature Page Follows]
Rev 4/17 — 12 -
APPROVED AS TO FORM:
,'a/ J. Ryan Call, City Attorney
WOODLA ► ! DUSTRIE
By:
CITY OF FEDERAL WAY:
, Presidents
10715 66th Ave E
Puyallup, WA 98373
(253) 770 -9663
"rrell, Ma or
33325 8th Avenue South
Federal Way, WA 98003 -6325
ATTEST:
h,. ie Courtney, CMC, C
L CONTRACTING, INC.:
lerk
STATE OF WASHINGTON )
ss.
COUNTY OF /7 (&? )
On this day personally appeared before me Lee Rogers, to me known to be the President
of Woodland Industries General Contracting, Inc. that executed the foregoing instrument, and
acknowledged the said instrument to be the free and voluntary act and deed of said corporation,
for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute
said instrument and that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this (9 day of S 'iembGr , 201 "g-
Rev 4/17
SARAH PERSSON
Notary Public
State of Washington
MY Appointment Expires Oct 31, 2020
(typed /printed name o notary)
Notary Public in and for the State of Washington.
My commission expires /0/3 /lam,
- 13 -
EXHIBIT "A"
SCOPE OF WORK
Contractor shall demolish and completely remove six structures and the contents inside the
structures at 36818 8t' Ave S as outlined in the specifications included in the Request for Quotes
(RFQ). A location map is included as Exhibit A -1 and a map of the structure locations is shown
in Exhibit A -2. All material shall be properly disposed off -site. Prior to demolition, asbestos
containing materials (ACM) in the pump house shall be properly abated and disposed, and any
lead waste stream requirements shall be followed. Contractor shall decommission three on -site
underground storage tanks: one diesel fuel tank, one cooking fuel tank, and a septic tank. The
tanks are also shown on Exhibit A -2 and must be properly decommissioned with corresponding
agency approval prior to substantial completion of the project. Contractor shall cap and abandon
the existing private drinking well. All work shall be performed in compliance with applicable
City, County, State, and Federal codes, regulations and requirements.
All utilities shall be disconnected and capped under the supervision and in accordance with
utility company requirements. The contractor shall take any necessary steps to control dust
during demolition and removal. The contractor shall furnish the disposal site for all demolition
materials and provide the City with receipts certifying proper disposal and Contractor shall pay
all costs.
A current City business license and state prevailing wage rate reporting will be required. The
project is not expected to require a right -of -way permit or traffic control.
The City will coordinate and obtain the City demolition permit and Puget Sound Clean Air
Agency notifications, and the Contractor shall coordinate and obtain King County and State of
Washington agency decommissioning inspections for the underground tanks and well. A
representative for the City will be on -site during tank decommissioning to document the process,
and prepare a closeout report.
Rev 4/17 — 14 -
Exhibit A -1 Y
Location Map
•
500 1 .000
2,000
Feet
1ST ST E
Approximate Location of
Pump House
36818 8th Ave S
Federal Way
Exhibit A -2
Structures Map}
Single
Family
House
Sewer Access
Approximate Location of
Farm Fuel UST /AST
Kitchen
Fuel UST
Kitchen
Fuel UST
0 25
50
100
. Feet
Cistern
Building
1
Shop
Shed
N
PROJECT NUMBER
EXHIBIT "B"
CONTRACT CHANGE ORDER AGREEMENT
CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by
Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract
not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
❑ Yes ❑No
❑ Yes ❑No
PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM
TOTAL NET CONTRACT:
QTY. UNIT PRICE ADD OR DELETE
INCREASE $ DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
CONTRACTOR'S SIGNATURE DATE
DIRECTOR'S SIGNATURE DATE
Rev 4/17
- 15 -
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
❑ DECREASED $
PAY THIS ADJUSTED AMOUNT: $
DIRECTOR'S SIGNATURE DATE
Rev 4/17 — 16 -
EXHIBIT "C"
CONTRACTOR'S RETAINAGE AGREEMENT
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003 -6325
253- 835 -7000
Bid/Contract Number
IDENTIFICATION AND DESCRIPTION
Project Title aii2 r 5 `
Contractor `� (��.rN9
Representative LQ_g c1
l
Bid No. Date "13'11- Administering Department
City Representative,ONl .), Funding Source
Project Authority
RETAINAGE FORMULA
In accordance with applicable State Statutes, the following provisions will be made for the disposition of
the retainage held for investment:
1. All investments selected below are subject to City approval.
2. Retainage under this agreement will be held in escrow by the
(referred to herein as the Bank), the terms of which are specified by separate escrow agreement.
The cost of the investment program and the risk thereof is to be borne entirely by the contractor.
3. The final disposition of the contract retainage will be made in accordance with applicable statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions to invest S4fiot to
invest the retainage withheld under the terms of this contract. If the investment option is selected, please
provide the following information:
Name of Bank, Mutual Fund, or Savings & Loan Association:
Address:
Account #:
Contractor:
By:
Address:
Fed ID #:
Contact Person:
Date:
Title:
CITY APPROVAL
Approval of Investment Program and Retainage Agreement
CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE
Contract No. Project Title:
Phone:
Est. Completion Date:
Finance Director
I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work
required by the above cited contract was completed on and final acceptance by the
City was granted on
Rev 4/17
— 17 —
I also certify that no liens have been received within 30 days from the above date from any person, persons,
mechanics, subcontractors or materialman who has performed any work or provided any material of subject
contract.
Contract Administrator
Director of Administering Department
Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State
Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance
Premiums (State of Washington Employment Security Dept.)
Rev 4/17 — 18 —
EXHIBIT "D"
RETAINAGE BOND TO CITY OF FEDERAL WAY
DEMOLITION OF STRUCTURES AT 36818 8TH AVE S
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Woodland Industries General
Contracting, Inc., as principal ( "Principal "), and , a Corporation organized and existing
under the laws of the State of , as a surety Corporation, and qualified under the laws of the State of
Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ( "Surety"), are jointly and
severally held and firmly bonded to the City of Federal Way ( "City ") in the penal sum of: Two Thousand Four Hundred Twenty-
Five Dollars & No /100 ($2,425.00) for the payment of which sum we bind ourselves and our successors, heirs, administrators or
personal representatives, as the case may be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal,
providing for the Demolition of Structures at 36818 8th Ave S Project, which contract is incorporated herein by this reference
( "Contract "), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the
Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for
the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon
such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with
provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82
RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said
improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be
given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments
that may hereafter be provided thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any
portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond
any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained
percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein
provided for in the manner and within the time set forth, for the amount of Forty-Eight Thousand Five Hundred and 00 /100
Dollars ($48,500.00); and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall
pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes
imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this
obligation shall be void; but otherwise it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying
the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time,
alterations or additions to the terms of the Contract or to the Work.
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal
shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to
exceed twenty -five percent (25 %) of the original amount of this bond without consent of the Surety.
Rev 4/17 - 19 -
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of
the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a
reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees
incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes
the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then
fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the
penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the
Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City
shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which
exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties
shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution,
LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the
mediation.
The parties have executed this instrument under their separate seals this day of
20, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned
representatives pursuant to authority of its governing body.
CORPORATE SEAL:
PRINCIPAL
By:
Lee Rogers, President
10715 66`h Ave E
Puyallup, WA 98373
CORPORATE SEAL:
SURETY
By:
Attorney -in -Fact
(Attach Power of Attorney)
Title:
Address:
Rev 4/17 — 20 -
CERTIFICATES AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that Lee Rogers, who signed the said bond on behalf of the Principal, was President of said Corporation;
that I know his signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in
behalf of said Corporation by authority of its governing body.
Secretary of Assistant Secretary
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the
within bond; that , who signed the said bond on behalf of the Surety, was
of the said Corporation; that I know his or her signature thereto is genuine, and that
said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing
body.
Secretary of Assistant Secretary
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
Rev 4/17 - 21 -
TO:
EXHIBIT "E"
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
(Name of Union or Organization)
The undersigned currently holds contract(s) with
8- 1:0C)Dmj UV ' involving
funds or credit of the City of Federal Way, Washington, or (a) subcontracts) with a prime
contractor holding such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the
undersigned is obliged not to discriminate against any employee or applicant of employment
because of race, color, creed or national origin. This obligation not to discriminate in
employment includes, but is not limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR
TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints may be submitted to:
Tony Doucette, SWM Engineer
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Rev 4/17 — 22 -
ail `t to w 9 g113
(Contractor or bcon cr)
Dat
EXHIBIT "F"
CERTIFICATE OF INSURANCE
Rev 4/17 — 23 -
•
2
ACORD,„ CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
9/20/2017
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 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
Propel Insurance
Tacoma Commercial Insurance
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
CONTACT Debbie Winston
NAME:
PHONE 800 499 -0933 FAX No : 866 577 -1326
(A /C, No, Ext): (A/C, )
E -MAIL debbie.winston@propelinsurance.com
ADDRESS: �p r0 p
INSURER(S) AFFORDING COVERAGE
NAIC /t
Crum & Forster S ecial Insura
INSURER A : p tY
44520
INSURED
Woodland Industries General
Contracting Inc
10715 66th Avenue E.
Puyallup, WA 98373
INSURER B : Pioneer Specialty Insurance Com
40312
INSURER C :
03/04/2018
INSURER D :
$1,000,000
INSURER E :
$50,000
INSURER F :
•
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
INSR
WVD
POLICY NUMBER
(MM /DDY/YEYYY)
(MM /DDY/YEYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
X
X
EPK116090
03/04/2017
03/04/2018
EACH OCCURRENCE
$1,000,000
PREMISES(kaolccurence)
$50,000
CLAIMS -MADE
X
OCCUR
MED EXP (Any one person)
$5,000
X
BI /PD Ded:5,000
PERSONAL & ADV INJURY
$1,000,000
GENERAL AGGREGATE
$2,000,000
GEN'L
AGGREGATE
POLICY
OTHER:
X
LIMIT APPLIES
PRO-
JECT
PER
LOC
PRODUCTS - COMP /OPAGG
$2,000,000
B
AUTOMOBILE
X
X
LIABILITY
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
X
SCHEDULED
AUTOS
NON -OWNED
AUTOS
X
X
CPP113570501
03/04/2017
03/04/2018
(E° aBcideDtj INGLE LIMIT
$1,000,000
$
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
$
DAMAGE
(Perr accident)
$
$
A
x
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
X
X
EFX107051
03/04/2017
03/04/2018
EACH OCCURRENCE
$2,000,000
$2,000,000
$
AGGREGATE
DED
RETENTION $
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR /PARTNER /EXECUTIVE
OFFICER /MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
Y/ N
N
N / A
EPK116090
03/04/2017
03/04/2018
STATUTE
X
ERH
E.L. EACH ACCIDENT
$1,000,000
$1,000,000
$1,000,000
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
B
A
Leased Rented
Equipment
Pollution Liabili
CPP113570701
EPK116090
03/04/2017
03/04/2017
03/04/2018
03/04/2018
$200,000 Limit
$500 Deductible
$1,000,000 Occ. Limit
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: 36818 8th Ave S, Federal Way, WA.
The City of Federal Way, is named as an additional insured per the attached endorsements.
CERTIFICATE HOLDER
CANCELLATION
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2014/01) 1 of 1
#S2861030/M2861025
© 1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DWOO
This page has been left blank intentionally.
Crum. Forster
part of the FAIRFAX group
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AGGREGATE LIMITS OF INSURANCE PER PROJECT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Under the Common Provisions, Section IV — LIMITS OF INSURANCE AND DEDUCTIBLE, item 3. is
amended by the addition of the following:
The General Aggregate Limit applies separately to each of your projects away from premises owned by or
rented to you.
ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED.
EN0301 -0211 Page 1 of 1
This page has been left blank intentionally.
Cru `" ors ter
par[ of the FAIRFAX group
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Additional Person(s) or
Organization(s):
Location And Description Of Completed
Operations
Where Required by Written Contract
Where Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section III — Who Is An Insured within the
Common Provisions is amended to include as
an insured the person(s) or organization(s)
shown in the Schedule, but only with respect to
liability for "bodily injury" or "property damage"
caused, in whole or in part, by "your work" at
the location designated and described in the
schedule of this endorsement performed for
that additional insured and included in the
"products- completed operations hazard ".
EN0320 -0211 Page 1 of 1
This page has been left blank intentionally.
Crum Forster
part of the I?AIRFAX group
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AMENDED WAIVER OF TRANSFER OF RIGHTS
OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
ERRORS AND OMISSIONS LIABILITY COVERAGE PART
THIRD PARTY POLLUTION LIABILITY COVERAGE PART
ONSITE CLEANUP COVERAGE PART
SCHEDULE
Name of Person(s) or Organization(s)
Where Required by Written Contract
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
SECTION VI — COMMON CONDITIONS, item 17. Transfer Of Rights of Recovery Against Others To Us
within the Common Provisions is amended by the addition of the following:
Solely as respects the person(s) or organization(s) indicated in the Schedule shown above, we waive any
right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown
above because of payments we make for "damages" arising out of your ongoing operations or "your work"
performed under a written contract with that person(s) or organization(s) and included in the "products -
completed operations hazard ".
However, this waiver shall not apply to "damages" resulting from the sole negligence of the person(s) or
organization(s) indicated in the Schedule shown above.
ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED.
EN0109 -0211 Page 1 of 1
This page has been left blank intentionally.
Cru $orster
part of the FAIRFAX group
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NON - CONTRIBUTORY ADDITIONAL
INSURED WITH WAIVER OF SUBROGATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
ERRORS AND OMISSIONS LIABILITY COVERAGE PART
THIRD PARTY POLLUTION LIABILITY COVERAGE PART
SCHEDULE
Name of Additional Insured Person(s) or Organization(s)
Where Required by Written Contract
A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an
additional insured the person(s) or organization(s) indicated in the Schedule shown above, but solely with
respect to "claims" caused in whole or in part, by "your work" for that person or organization performed by
you, or by those acting on your behalf.
This insurance shall be primary and non - contributory, but only in the event of a named insured's sole
negligence.
B. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the
Schedule shown above because of payments we make for "damages" arising out of your work" performed
under a designated project or contract with that person(s) or organization(s).
C. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any "claim" to which
the coverage afforded by this Endorsement applies.
ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED.
EN0118 -0211 Page 1 of 1
This page has been left blank intentionally.
WN CA 27 06 16
BUSINESS AUTO ENHANCEMENT ENDORSEMENT
The Business Auto Enhancement Endorsement is an optional endorsement that provides coverage enhancements.
The following is a summary of broadened coverages provided by this endorsement. No coverage is provided by this
summary, refer to following endorsement for changes in your policy.
SUMMARY OF COVERAGES PAGE
Accidental Airbag Deployment Coverage 4
Auto Loan /Lease Gap Coverage 4
Blanket Additional Insured 2
Blanket Waiver of Subrogation 5
Broadened Definition of Insured includes:
Newly Acquired Organizations for up to 180 Days 2
Employees as Insureds 2
Subsidiaries in Which You Own 50% or More 2
Deductible Waiver for Glass Repair 3
Employee Hired Auto 2, 5
Fellow Employee Coverage 3
Hired Auto Physical Damage Coverage 4
Knowledge of Accident, Claim, Suit or Loss 5
Loss Of Use Expenses - Amended 3
Personal Effects 3
Rental Reimbursement Coverage 4
Supplementary Payments - Amended:
Bail Bonds up to $5,000 2
Loss of Earnings up to $500 /Day 2
Transportation Expense Limits — Amended 3
Unintentional Failure to Disclose Hazards 5
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Page 1 of 5
WN CA 27 06 16
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
BUSINESS AUTO ENHANCEMENT ENDORSEMENT
This endorsement modifies the insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to the coverage provided by this endorsement, the provisions of the Coverage Form
modified by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this
will be amended as shown below.
SECTION II — COVERED AUTOS LIABILITY
COVERAGE AMENDMENTS
A. Who Is An Insured
SECTION II — COVERED AUTOS LIABILITY
COVERAGE, A. Coverage, 1. Who Is An Insured
is amended to add:
d. Any legally incorporated subsidiary of yours in
which you own more than 50% of the voting
stock on the effective date of this coverage
form
However, "insured" does not include any
subsidiary of yours that is an "insured" under
any other automobile liability policy, or would
be an "insured" under such policy but for
termination of such policy or the exhaustion on
such policy's limits of insurance.
e. Any organization which is newly acquired or
formed by you and over which you maintain
majority ownership. However, coverage under
this provision:
(1) is afforded only for the first 180 days after
you acquire or form the organization or
until the end of the policy period,
whichever comes first;
(2) does not apply to "bodily injury" or
"property damage" that results from an
"accident" that occurred before you formed
or acquired the organization;
(3) does not apply to any newly acquired or
formed organization that is a joint venture
or partnership; and
(4) does not apply to an "insured" under any
other automobile liability policy, or would
be an "insured" under such a policy but for
termination of such policy or the
exhaustion of such policy's limits of
insurance.
f. Any "employee" of yours is an "insured" while
using a covered "auto" you don't own, hire or
borrow in your business or your personal
affairs.
WN CA 27 06 16 Includes copyrighted material of Insurance
g.
apply unless
endorsement
Any "employee" of yours is an "insured" while
operating a covered "auto" hired or rented
under a contract or agreement in the
"employee's" name, with your permission,
while performing duties related to the conduct
of your business.
B. Blanket Additional Insured
SECTION II — COVERED AUTOS LIABILITY
COVERAGE, A. Coverage, 1. Who Is An
Insured, paragraph c. is amended to add the
following:
Any person or organization who is required under a
written contract or agreement between you and
that person or organization, that is signed and
executed by you before the "bodily injury" or
"property damage" occurs and that is in effect
during the policy period, to be named as an
additional insured is an "insured" for Liability
Coverage, but only for damages to which this
insurance applies and only to the extent that
persons or organization qualifies as an "insured"
under the Who Is An Insured provision contained in
Section II.
C. Liability Coverage Extensions — Supplementary
Payments
SECTION II — COVERED AUTOS LIABILITY
COVERAGE, A. Coverage, 2. Coverage
Extensions, a. Supplementary Payments is
amended by replacing subparagraphs (2) and (4)
with the following:
(2) Up to $5,000 for cost of bail bonds (including
bonds for related traffic law violations) required
because of an "accident" we cover. We do not
have to furnish these bonds.
(4) All reasonable expenses incurred by the
"insured" at our request, including actual loss
of earnings up to $500 a day because of time
off from work.
Services Office, Inc., with its permission. Page 2 of 5
D. Fellow Employee Coverage
SECTION II — COVERED AUTOS LIABILITY
COVERAGE, B. Exclusions, 5. Fellow
Employee, the following is added:
Co- Employee Lawsuit Defense Cost
Reimbursement
If a suit seeking damages for "bodily injury" to any
fellow "employee" of the "insured" arising out of
and in the course of the fellow "employee's"
employment or while performing duties related to
the conduct of your business, or a suit seeking
damages brought by the spouse, child, parent,
brother or sister of that fellow "employee ", is
brought against you, we will reimburse reasonable
costs that you incur in the defense of such
matters. Any reimbursement made pursuant to
this sub - section will be in addition to the limits of
liability set forth in the Declarations.
SECTION III — PHYSICAL DAMAGE COVERAGE
AMENDMENTS
A. Transportation Expense — Limits Amended
SECTION III — PHYSICAL DAMAGE
COVERAGE, A. Coverage, 4. Coverage
Extensions, a. Transportation Expenses is
amended by replacing $20 per day /$600 maximum
limit with $50 per day /$1000 maximum.
B. Hired Auto Physical Damage — Loss Of Use
Expenses — Limits Amended
SECTION III — PHYSICAL DAMAGE
COVERAGE, A. Coverage, 4. Coverage
Extensions, b. Loss of Use Expenses is
amended by replacing the $20 per day /$600
maximum limit with $50 per day /$750 maximum
limit.
C. Personal Effects Coverage
SECTION III — PHYSICAL DAMAGE
COVERAGE, A. Coverage, 4. Coverage
Extensions is amended by adding the following:
c. Personal Effects
We will pay up to $500 for "loss" to personal
effects, which are:
(1) Owned by an "insured "; and
(2) In or on your covered "auto."
This coverage applies only in the event of the total
theft of your covered "auto." No deductible applies
to this coverage
D. Glass Repair — Deductible Waiver
SECTION III — PHYSICAL DAMAGE
COVERAGE, A. Coverage, 3. Glass Breakage —
Hitting A Bird Or Animal — Falling Objects Or
Missiles, is amended by adding the following:
No deductible will apply to glass breakage if such
glass is repaired, in a manner acceptable to us,
rather than replaced.
E. Hired Auto Physical Damage
SECTION III — PHYSICAL DAMAGE
COVERAGE, A. Coverage is amended by adding
the following:
5. Hired Auto Physical Damage
If hired "autos" are covered "autos" for Liability
Coverage and if Comprehensive, Specified
Causes of Loss, or Collision coverages are
provided under this coverage form for any
"auto" you own, then the Physical Damage
Coverages provided are extended to "autos"
you hire of like kind and use, subject to the
following:
a. The most we will pay for any one "loss" is
$50,000 or the actual cash value or cost to
repair or replace, whichever is less, minus
a deductible;
b. The deductible will be equal to the largest
deductible applicable to any owned "auto"
for that coverage. Any Comprehensive
deductible does not apply to "loss" caused
by fire or lightening;
c. Hired Auto Physical Damage coverage is
excess over any other collectible
insurance; and
d. Subject to the above limit, deductible and
excess provisions we will provide
coverage equal to the broadest coverage
applicable to any covered "auto" you own.
If a limit for Hired Auto Physical Damage is
indicated in the Declarations, then that limit
replaces, and is not added to, the $50,000 limit
indicated above.
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Page 3 of 5
F. Rental Reimbursement
SECTION III — PHYSICAL DAMAGE COVERAGE
A. Coverage, is amended by adding the following:
6. Rental Reimbursement
This coverage applies only to a covered "auto"
of the private passenger or light truck type as
follows:
a. We will pay for rental reimbursement
expenses incurred by you for the rental of
a private passenger or Tight truck type
"auto" because of "loss" to a covered
private passenger or light truck type
"auto ". Payment applies in addition to the
otherwise applicable amount of each
coverage you have on a covered private
passenger or light truck type "auto." No
deductibles apply to this coverage.
b. We will pay only for those expenses
incurred during the policy period beginning
24 hours after the "loss" and ending,
regardless of the policy's expiration, with
the lesser of the following number of days:
(1) The number of days reasonably
required to repair or replace the
covered private passenger or light
truck type "auto ". If "loss" is caused
by theft, this number of days is added
to the number of days it takes to
locate the covered private passenger
or light truck type "auto" and return it
to you; or
(2) 30 days.
c. Our payment is limited to the lesser of the
following amounts:
(1) Necessary and actual expenses
incurred, or
(2) $50 per day, up to a
$1,000.
d. This coverage does not apply while there
are spare or reserve private passenger or
light truck type "autos" available to you for
your operations.
e. If "loss" results from the total theft of a
covered "auto" of the private passenger or
light truck type, we will pay under this
coverage only that amount of your rental
reimbursement expenses which is not
already provided for under SECTION III —
PHYSICAL DAMAGE COVERAGE, A.
Coverage, 4. Coverage Extensions.
For the purposes of this Rental
Reimbursement coverage, Tight truck is
defined as a truck with a gross vehicle weight
of 10,000 lbs. or less as defined by the
manufacturer as the maximum loaded weight
the auto is designed to carry.
WN CA 27 06 16 Includes copyrighted material of Insurance
maximum of
G. Accidental Airbag Deployment Coverage
SECTION 111 — PHYSICAL DAMAGE
COVERAGE, A. Coverage is amended by adding
the following:
7. Accidental Airbag Deployment Coverage
We will pay to reset or replace factory installed
airbag(s) in any covered "auto" for accidental
discharge, other than discharge due to a
collision loss.
This coverage is applicable only if
comprehensive coverage applies to the
covered "auto ".
This coverage is excess over any other
collectible insurance or reimbursement by
manufacturer's warranty.
H. Auto Loan /Lease Gap Coverage
SECTION III PHYSICAL DAMAGE COVERAGE,
Item A., Coverage, is amended by adding the
following:
8. Auto Loan /Lease Gap Coverage
This coverage applies only to a covered "auto"
described or designated in the Schedule or in
the Declarations as including physical damage
coverage.
In the event of a covered total "loss" to a
covered "auto" described or designated in the
Schedule or in the Declarations, we will pay
any unpaid amount due on the lease or loan
for a covered "auto" less:
a. The amount paid under the Physical
Damage Coverage Section on the policy;
and
b. Any:
(1) Overdue lease /loan payments at the
time of the "loss ";
(2) Financial penalties imposed under a
lease for excessive use, abnormal
wear and tear or high mileage;
(3) Security deposits not returned by the
lessor;
(4) Costs for extended warranties, Credit
Life Insurance, Health, Accident or
Disability Insurance purchased with
the loan or lease; and
(5) Carry-over balances from previous
loans or leases.
Services Office, Inc., with its permission. Page 4 of 5
SECTION IV — BUSINESS AUTO CONDITIONS
AMENDMENTS
A. Duties In The Event Of Accident, Claim, Suit Or
Loss Amended
SECTION IV — BUSINESS AUTO CONDITIONS,
A. Loss Conditions, 2. Duties In The Event Of
Accident, Claim, Suit Or Loss, a. is amended by
adding the following:
This condition applies only when the "accident" or
"loss" is known to:
(1) You, if you are an individual;
(2) A partner, if you are a partnership;
(3) An executive officer or insurance manager, if
you are a corporation; or
(4) A member or manager, if you are a limited
liability company.
But, this section does not amend the provisions
relating to notification of police, protection or
examination of the property which was subject to
the "loss ".
B. Blanket Waiver of Subrogation
Section IV — BUSINESS AUTO CONDITIONS, A.
Loss Conditions, 5. Transfer of Rights of
Recovery Against Others to Us, is amended by
adding the following exception:
However, we waive any right of recovery we may
have against any person or organization to the
extent required of you by a written contract signed
and executed prior to any "accident" or "loss ",
provided that the "accident" or "loss" arises out of
operations contemplated by such contract. The
waiver applies only to the person or organization
designated in such contract.
C. Unintentional Failure to Disclose Hazards
SECTION IV — BUSINESS AUTO CONDITIONS,
B. General Conditions, 2. Concealment,
Misrepresentation Or Fraud, is amended by
adding the following paragraph:
If you unintentionally fail to disclose any hazards
existing at the inception date of the policy, or
during the policy period in connection with any
additional hazards, we will not deny coverage
under this Coverage Part because of such failure.
D. Employee Hired Auto
SECTION IV — BUSINESS AUTO CONDITIONS,
B. General Conditions, 5. Other Insurance,
paragraph b. is deleted and replace by the
following:
b. For Hired Auto Physical Damage Coverage,
the following are deemed to be a covered
"autos" you own:
(1) Any covered "auto" you lease, hire, rent or
borrow.
(2) Any covered "auto" hired or rented by your
"employee" under a contract in that
individual "employee's" name, with your
permission, while performing duties related
to the conduct of your business.
However, any "auto" that is leased, hired,
rented or borrowed with a driver is not a
covered "auto ".
WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Page 5 of 5
This page has been left blank intentionally.
EXHIBIT "G"
CITY OF FEDERAL WAY
PERFORMANCE /PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS: Bond No. 023040352
We, the undersigned Woodland Industries General Contracting, Inc., ( "Principal ") andThe Ohio Casualty Insurance Company
the undersigned corporation organized and existing under the laws of the State of New Hampt.hire
and legally doing business in the State of Washington as a surety ( "Surety "), are held and firmly bonded unto the
City of Federal Way, a Washington municipal corporation ( "City") in the penal sum of Forty -Eight Thousand Five
Hundred Dollars and no! 100 ($48,500.00) for the payment of which we firmly bind ourselves and our legal
representatives, heirs, successors and assigns, jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations,
standards and policies of the City, as now existing or hereafter amended or adopted. G
The Principal has entered into an Agreement with the City dated 6 , 20 17 for Demolition of
Structures at 36818 8th Ave S.
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within
the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement,
and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply
the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City,
their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or
property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the
performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of
failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof
by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and
effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or additions to the terms of the Agreement or to the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement
without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal
shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase,
however, not to exceed twenty -five percent (25 %) of the original amount of this bond without the consent of the
Surety.
Within forty -five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default,
including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or
in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its
intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount
equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon
completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without
interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the
City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shalt first complete
participation in mediation, described in the below paragraph, prior to any interplead action.
Rev 4/17 — 24 —
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default
by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The
Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial
Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not
interplead prior to completion of the mediation.
DATED this 19th day of September
2017 .
CORPORATE SEAL OF PRINCIPAL: - PRINCIPAL
Woodland Industries General Contracting Inc.
By:
Lee`' gers, President
10715 66th Ave E
Puyallup, WA 98373
(253) 770-9663
CERTIFICATE AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within
bond; that Lee Rogers, who signed the said bond on behalf of the Principal, was President of the said Corporation;
that I know his signature thereto is genuine, and that said bond w• duly signed, sealed, and attested for and in
behalf of said Corporation by authority of its governing body.
tEAEAL OF SURETY:
•,"ft
.'I
/ J. Ryan Call, City
Rev 4/17
- 25 -
etary of sistant Secretary
SURETY
The Ohio Casualt nsurance Compny
Attorney -in -Fact Heather L. Allen
(Attach Power of Attorney)
Heather L Allen
(Name or Person Executing Bend)
1001 4th Ave Suite 3700, Seattle. WA 98154
(Address)
(206) 473 - 3788
(Phone)
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Pooker of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No, 7806496
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric
A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Marques; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter
J. Comfort
all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 16th day of June , 2017 ,
STATE OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West mericann Insurance Company
By:
David M. Care • Assistant Secretary
On this 16th day of June 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
COMMONWEALTH OF PENNSYLVANIA
(! Notarial Seal
Teresa Pastella, Notary Public
Upper Merlon Twp., Montgomery County
My Commission Expires March 28, 2021
Member. Pennsylvania Association of Notaries
4 /GZIi��CX.Cac�
Teresa Pastella, Notary Public
This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact. subject to the limitations set forth in their respective
powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIU - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys -in -fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys -in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attomey of which the foregoing is a full, true correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked. / ��,
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixelj.M 41s ompan this / 7 day of
�qY INSu, �, 1NSUgq P�rNSUq'
U�J�.4- °a!'turAr�, 9Zn 1 oprnrWr :1 F .` *c. °avoaa eafet4t....4
•
o1991
y� a Av
L� 'YAMd .i SAi 11U 4
' `..N(rIPNP '.. •�•
rrrr.u.r,.• '
LMS_12873_022017
Renee C. Llew- ' ssistant Secretary
672 of 800
Rev 4/17
EXHIBIT "H"
PREVAILING RATE OF WAGE (SEE ATTACHED)
- 26 -
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: 6/14/2017
County Trade
Job Classification
Wage
Holiday
Overtime
Note
King Asbestos Abatement Workers
Journey Level
$45.25
5D
1H
King Boilermakers
Journey Leveli
1C
King Brick Mason
Journey Level
11011911011011111111
]
King Brick Mason
Pointer - Caulker - Cleaner
King Building Service Employees
Janitor
$22.84®
$23.29
®®
2F
OM
1
King 'Building Service Employees
Traveling Waxer /Shampooer
King ;Building Service Employees
Window Cleaner (Non Scaffold)
$24.54
King 'Building Service Employees
Window Cleaner (Scaffold)
$27.33
King Cabinet Makers (In Shop)
Journey Level
$22.74
King ;Carpenters
Acoustical Worker
$55.51
5D
4C
El
4C
King Carpenters
Bridge, Dock And Wharf Carpenters
$55.51
5D
King 'Carpenters
Carpenter
$55.51
5D
King Carpenters
Carpenters on Stationary Tools
$55.64
5D
King Carpenters
Creosoted Material
.
5D
4C
King Carpenters
Floor Finisher
5D
King {Carpenters
Floor Layer
$55.51
5D
King Carpenters
Scaffold Erector
$55.51
5D
4C
King ;Cement Masons
Journey Level
$55.56
1
King 'Divers Et Tenders
Diver
$108.77
5D
ME
8A
King IDivers Et Tenders
Diver On Standby
$66.05
5D
King ;Divers Et Tenders
Diver Tender
_
5D
MEM
King Divers Et Tenders
Surface Rcv Et Rov Operator
$59.88
5D
King j Divers a Tenders
Surface Rcv a Rov Operator Tender
$55.76
5A
King 'Dredge Workers
Assistant Engineer
$56.44
5D
King Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
King Dredge Workers
Boatmen
5D
King Dredge Workers
Engineer Welder
$57.51
5D
King Dredge Workers
Leverman, Hydraulic
$58.67
5D
King Dredge_Workers
5D
3F
King Dredge Workers
Oiler
$56.00
5D
King Drywall Applicator
Journey Level
$55.51
5D
King TDrywall Tapers
Journey Level
$55.66
5P
King 'Electrical Fixture Maintenance Workers
Journey Level
Cable Splicer
$27.99
573.20
®
7C
nal
1E
4E
King (Electricians - Inside
King Electricians Inside
Cable Splicer (tunnel)
Certified Welder
$78.59
$70.75
IIMEIMIIIIMIll
$38.69
King Electricians - Inside
King Electricians-inside
Certified Welder (tunnel)
King Electricians - Inside
Construction Stock Person
King ;Electricians - In_side
Journey Level
Journey Level (tunnel)
$68.30
$73.20
4E
4E
King Electricians - Inside �� _ _ _
King 'Electricians - Motor Shop
Craftsman
King 'Electricians - Motor Shop
Journey Level
$14.69_
King
Electricians - Powerline Construction
Cable Splicer
$73.93
5A
4D
King
Electricians - Powerline Construction
Certified Line Welder
$67.60
5A
4D
King
Electricians - Powerline Construction
Groundperson
$45.49
5A
4D
King
Electricians - Powerline Construction
Heavy Line Equipment Operator
Journey Level Lineperson
Line Equipment Operator
$67.60
$67.60
$57.02
5A
5A
4D
4D
4D
King
King
Electricians - Powerline Construction
Electricians - Powerline Construction
King
Electricians - Powerline Construction
Pole Sprayer
$67.60
5A
4D
King
Electricians - Powerline Construction
Powderperson
Journey Level
$50.76
$31.00_
5A
7D
4D
4A
King
Electronic Technicians
King
Elevator Constructors
King
Elevator Constructors
Mechanic In Charge
$92.35
$17.20
7D
56
4A
31
1Y
King
Fabricated Precast Concrete Products
All Classifications. - In- Factory Work Only
King
Fence Erectors
Fence Erector
$15.18r!�
$38.36
1111223111111631111
King
Flaggers
Journey Level
Journey Level
King
Glaziers
King
Heat & Frost Insulators And Asbestos
Journeyman
Journey Level
Journey Level
Journey Level
$65.68®
���i�
$46.66
$11.00_
7A
4H
1
Workers
King
Heating Equipment Mechanics
King
Hod Carriers Mason Tenders
&
King
Industrial Power Vacuum Cleaner
King
Inland Boatmen
Boat Operator
Cook
Deckhand
Deckhand Engineer
$59.86
$56.18
$56.18
$57.26
5B
5B
1K
1K
1K
1K
King
Inland Boatmen
King
Inland Boatmen
King
Inland Boatmen
King
Inland Boatmen
Launch Operator
Mate
$58.59
1111=
$11.48-
$24.91
5B
1K
1
1
King
Inland Boatmen
King
Inspection /Cleaning /Sealing Of Sewer &
Cleaner Operator, Foamer Operator
Grout Truck Operator
Head Operator
Water Systems By Remote Control
King
Inspection /Cleaning /Sealing Of Sewer &
Water 5 tems By Remote Control
King
Inspection /Cleaning /Sealing Of Sewer &
Water Systems By Remote Control
King
Inspection /Cleaning /Seating Of Sewer &
Technician
Water Systems By Remote Control
King
Inspection /Cleaning /Sealing Of Sewer &
Tv Truck Operator
520.45
Water Systems By Remote Control
King
Insulation Applicators
Journey Level
$55.51
5D
4C
King
Ironworkers
Journeyman
$65.48
$45.25=
$46.66
$45.25
7N
7A
7A
10
31
King
Laborers
Air, Gas Or Electric Vibrating Screed
King
Laborers
Airtrac Drill Operator
King
Laborers
Ballast Regular Machine
King
Laborers
Batch Weighman
IIMEE
7A
31
King
Laborers
King
Laborers
Brush Hog Feeder
�
$45.25
7A
31
31
King
Laborers
King
Laborers
Burner
Caisson Worker
$46.66
$45.25
$45.25
7A
7A
31
Mill
31
Mill
31
King
Laborers
King
Laborers
Carpenter Tender
Caulker
King
Laborers
King
Laborers
Cement Dumper - paving
546.09
IMMERMINCIM
7A
7A
King
Laborers
Cement Finisher Tender
King
Laborers
Change House Or Dry Shack
King
Laborers
Chipping Gun (under 30 Lbs.)
545.25
7A
King
Laborers
Chipping Gun(30 Lbs. And Over)
$46.09
7A
=�
7A
31
MIll
31
King
Laborers
Choker Setter
$45.25
King
Laborers
Chuck Tender
$45.25
King
Laborers
Clary Power Spreader
$46.09
King
Laborers
Clean -up Laborer
,
7A
31
King
Laborers
Concrete Dumper /chute Operator $46.09
7A
31
King
Laborers
Concrete Form Stripper $45.25
7A
31
King
Laborers
Concrete Placement Crew $46.09
7A
31
King
Laborers
Concrete Saw Operator /core Driller $46.09
7A
31
King
Laborers
Crusher Feeder $38.36
7A
31
King
Laborers
Curing Laborer
7A
31
King
Laborers
Demolition: Wrecking Et Moving (incl. ®
7A
31
Charred Material)
King
Laborers
Ditch Digger $45.25
7A
31
King
Laborers
Diver 546.66
7A
31
King
Laborers
Drill Operator (hydraulic,diamond) $46.09
7A
31
King
Laborers
Dry Stack Walls $45.25
7A
31
King
Laborers
Dump Person
$45.25
7A
31
King
Laborers
Epoxy Technician
$45.25
31
King
Laborers
Erosion Control Worker
$45.25
31
King
Laborers
Faller Et Bucker Chain Saw $46.09
31
King
Laborers
Fine Graders
31
King
Laborers
CEEN11111.1.111111111111M
7■
31
King
Laborers
Form Setter $45.25
7A
31
King
Laborers
Gabian Basket Builders $45.25
7A
31
King
Laborers
General Laborer $45.25
31
King
Laborers
Grade Checker ft Transit Person
31
King
Laborers
Grinders EWE
7A
31
King
Laborers
Grout Machine Tender ME
7A
31
King
Laborers
Groutmen (pressure)including Post Tension $46.09
31
Beams
King
Laborers
Guardrail Erector
31
King
Laborers
Hazardous Waste Worker (level A)
__ ___ __
31
King
Laborers
Hazardous Waste Worker (level B) $46.09
7A
31
King
Laborers
Hazardous Waste Worker (level C) $45.25
7A
31
King
Laborers
���
31
King
Laborers
$46.09
31
King .
Laborers
Laserbeam Op erator $46.09
7A
31
King
Laborers
Maintenance Person
1111M
31
King
Laborers
Manhole Builder - mudman $46.09
31
King
Laborers
Material Yard Person $45.25
31
King
Laborers
Motorman -dinky Locomotive $46.09
7A
31
King
Laborers
Nozzleman (concrete Pump, Green Cutter $46.09
7A
31
When Using Combination Of High Pressure
Air Et Water On Concrete Et Rock,
Sandblast, Gunite, Shotcrete, Water Bla
King
Laborers
Pavement Breaker $46.09
31
King
Laborers
Pilot Car IN=
31
King
Laborers
Pipe Layer Lead $46.66
7A
31
King
Laborers
Pipe Layer /tailor $46.09
7A
31
King
Laborers
Pipe Pot Tender
$46.09
31
King
Laborers
Pipe Reliner
$46.09
31
King
Laborers
Pipe Wrapper $46.09
7A
31
King
Laborers
Pot Tender $45.25
7A
31
King
Laborers
Powderman
31
King
Laborers
Powderman's Helper INICIEU
31
King
Laborers
Power Jacks $46.09
7A
31
King
Laborers
Railroad Spike Puller - Power $46.09
7A
31
King
Laborers
Raker - Asphalt
$46.66=
31
King
Laborers
Re- timberman
$46.66
31
King
Laborers
Remote Equipment Operator $46.09
7A
31
King
Laborers
Rigger /signal Person
$46.09
7A
31
King
Laborers
Rip Rap Person
$45.25
7A
31
King
Laborers
Rivet Buster
$46.09
7A
31
King
Laborers
Rodder
$46.09
7A
31
King
Laborers
Scaffold Erector
$45.25
IMEBMIMME1111
$46.0911101111101111
111113212111M1111M1111
$46.09®
$45.25
7A�
7A
31
King
Laborers
Scale Person
King
Laborers
Roper (over 201
King
Laborers
Sloper Sprayer
King
Laborers
Spreader (concrete)
King
Laborers
Stake Hopper
King
Laborers
Stock Piler
$45.25
King
Laborers
Tamper Et Similar Electric, Air & Gas
Operated Tools
$46.09
7A
King
Laborers
Tamper (multiple & Self - propelled)
$46.09
7A
31
King
Laborers
Timber Person - Sewer (lagger, Shorer Et
Cribber)
$46.09
7A
31
King
Laborers
Toolroom Person (at Jobsite)
$45.25
7A
31
King
Laborers
Topper
$45.25
7A
31
King
Laborers
Track Laborer
Track Liner (power)
Traffic Control Laborer
,
$46.09
$41 .02;
-�'®
31
31
®
8R
8R
King
Laborers
King
Laborers
King
Laborers
Traffic Control Supervisor
$41.02
King
Laborers
Truck Spotter
$45.25
7A
31
King
Laborers
Tugger Operator
Tunnel Work- Compressed Mr Worker 0 -30
psi
$46.09
®
$88.15®
$91.83
®®
7A
31
Ell
31
iig
N,
/IQ
8N
King
Laborers
King
Laborers
Tunnel Work- Compressed Air Worker
30.01 -44.00 psi
King
Laborers
Tunnel Work- Compressed Air Worker
44.01 -54.00 psi
King
Laborers
Tunnel Work- Compressed Air Worker
54.01 -60.00 psi
$97.53
7A
King
Laborers
Tunnel Work - Compressed Air Worker
60.01 -64.00 psi
EN
7A
31
SQ
King
Laborers
Tunnel Work- Compressed Air Worker
64.01 -68.00 psi
$104.75
7A
®
s
S
N
I
King
Laborers
Tunnel Work- Compressed Air Worker
68.01 -70.00 psi
$106.65
®®
=111
King
Laborers
Tunnel Work- Compressed Air Worker
70.01 -72.00 psi
$108.65
King
Laborers
Tunnel Work - Compressed Air Worker
72.01 -74.00 psi
$110.65
King
Laborers
Tunnel Work -Guage and Lock Tender
$46.76
>3
King
Laborers
Tunnel Work -Miner
$46.76
31
8N
King
Laborers
Vibrator
$46.09
31
King
Laborers
$34.86
$34.86
$46.09
31
31
31
King
Laborers
��
Welder
King
Laborers
King
Laborers
Well Point Laborer
$46.09'
31
King
Laborers
Window Washer /cleaner
$34.86
$45.25��
$46.09®
illrjEIMIMIMIIIIIIWIM
$28.17
King
Laborers - Underground Sewer Et Water
General Laborer Et Topman
King
Laborers - Underground Sewer & Water
Pipe Layer
Irrigation Or Lawn Sprinkler Installers
Landscape Equipment Operators Or Truck
Drivers
King
Landscape Construction
King
Landscape Construction
King
Landscape Construction
Landscaping or Planting Laborers
$17.87
INEMI
1
King
Journey Level
ME 5D
1111EZEI-
$15.86
$11.00
$13.04_
King
Marble Setters
Journey Level
Fitter
Laborer
Machine Operator
King
Metal Fabrication In Sho.
King
Metal Fabrication In Sho•
King
Metal Fabrication (In Shop)
King
Metal Fabrication (In Shop)
Painter
$11.10
1
King
Metal Fabrication (In Shop)
Welder
$15.48
1
King
Millwright
Journey Level
$57.01
5D
4C
King
Modular Buildings
Cabinet Assembly
$11.56_
$11.56
$11.56111111111M.
$11.56_
$11.00_
$11.56
$11.56
1
mil
3C
3C
®
3C
King
Modular Buildings
Electrician
King
Modular Buildings
Equipment Maintenance
King
Modular Buildings
Plumber
King
Modular Buildings
Production Worker
King
Modular Buildings
Tool Maintenance
King
Modular Buildings
Utility Person
Welder
King
Modular Buildings
King
Painters
Journey Level
$40.60
6Z
King
Pile Driver
Journey Level
$55.76
5D
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
King
Plasterers
Journey Level
$53.20
$11.00111111111111111
$76.69w
$58.69
$55.21
®
$55.21
7Z
®®
mn
7A
King
Pta -round Et Park Equipment Installers
Journey Level
King
Plumbers Et Pi•efitters
Journey Level
King
Power E.ui.ment Operators
Asphalt Plant Operators
King
Power E.uipment °aerators
Assistant Engineer
King
Power Ewi. ment Operators
Barrier Machine (zipper)
King
Power Equipment Operators
Batch Plant Operator, Concrete
King
Power Equipment Operators
Bobcat
King
Power Equipment °aerators
Brokk - Remote Demolition Equipment
Brooms
Bump Cutter
$55.21
®ORIM
558.17
$58.69®
$58.17
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment aerators
Cableways
King
Power Equipment Operators
Chipper
King
Power E.uipment Operators
Compressor
$55.21
7A
King
Power Equipment Operators
Concrete Pump: Truck Mount With Boom
Attachment Over 42 M
3C
8P
King
Power E. ui a ment 0aerators
Concrete Finish Machine -laser Screed
Concrete Pump - Mounted Or Trailer High
Pressure Line Pump, Pump High Pressure.
Mal
1111®
7A
1111
®
3C
8P
8P
8P
8P
8P
8P
King
Power Equipment Operators
King
Power Equipment Operators
Concrete Pump: Truck Mount With Boom
Attachment Up To 42m
$58.17
King
Power Equipment Oaerators
Conveyors
Cranes Friction: 200 tons and over
Cranes: 20 Tons Through 44 Tons With
Attachments
$57.72
$60.47
King
Power Equipment aerators
King
Power Equipment Operators
King
Power Egujpment Operators
Cranes: 100 Tons Through 199 Tons, Or
150' Of Boom (Including Jib With
Attachments)
$59.28
MIN=
$60.47
$58.69
111allarel
3C
7A 3C
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or 250' of
boom including jib with attachments
King
Power Equipment Operators
Cranes: 300 tons and over or 300' of boom
including jib with attachments
King
Power Equipment Operators
Cranes: 45 Tons Through 99 Tons, Under
150' Of Boom (including Jib With
Attachments)
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And Under
$55.21
IMIMMEMIMIIIM
$57.72=
$58.17
$58.17
$58.69®
$57.7211=1.11=
$57.72
King
Power Equipment aerators
Cranes: Friction cranes through 199 tons
King
Power Equipment Operators
Cranes: Through 19 Tons With Attachments
A -frame Over 10 Tons
King
Power Equipment Operators
Crusher
Deck Engineer /deck Winches (power)
King
Power Equipment Operators
King
Power Equipment Operators
Derricks, On Building Work
King
Power Equipment Operators
Dozers D -9 Et Under
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck Or Crane
Mount
King
Power Equipment aerators
Drilling Machine
MEW. 3C
8P
King
Power Equipment Operators
Elevator And Man -lift: Permanent And
Shaft Type
$55.21
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell And Gamaco &
Similar Equipment
$58.17
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over With
Attachments
$57.72
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
Attachments
7A
3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue Prints, Cut
Sheets, Etc
IIMEll
3C
8P
King
Power Equipment Operators
Gradechecker /stakeman
$55.21
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$58.17
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump Articulating Off- Road
Equipment 45 Yards. a Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump Articulating Off -road
Equipment Under 45 Yards
$58.17
®
3C
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill Locator
Horizontal /directional Drill Operator
IMME
$58.17
7A
8P
8P
King
Power Equipment Operators
King
Power Equpment Operators
Hydralifts /boom Trucks Over 10 Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks, 10 Tons And
Under
Loader, Overhead 8 Yards. & Over
MN
$59.28
$58.69
7A
®®
7A
7A
3C
3C
®
3C
3C
8P
8P
8P
8P
8P
8P
King
Power Equipment Operators
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But Not
Including 8 Yards
King
Power Equipment Operators
Loaders, Overhead Under 6 Yards
Loaders, Plant Feed
Loaders: Elevating Type Belt
$58.17
$58.17
$57.72
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
Locomotives, All
$58.17
7A
3C
8P
King
Power Equipment Operators
Material Transfer Device
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen - $0.50 Per Hour
Over Mechanic)
$59.28
8P
King
Power Equipment Operators
Motor Patrol Graders
$58.69
3C
8P
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel Drill,
Boring, Road Header And /or Shield
$58.69
7A
3C
111E1
3C
IM
®
MI
3C
3C
3C
3C
®
3C
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
King
Power Equipment Operators
Oil Distributors, Blower Distribution &
Mulch Seeding Operator
$55.21
7A
King
Power Equipment Operators
Outside Hoists (elevators And Manlifts), Airy
Tuggers,strato
$57.72
7A
King
Power Equipment Operators
Overhead, Bridge Type Crane: 20 Tons
Through 44 Tons
$58.17
7A
King
Power Equipment Operators
Overhead, Bridge Type: 100 Tons And Over
$59.28
7A
King
Power Equipment Operators
Overhead, Bridge Type: 45 Tons Through
99 Tons
$58.69
7A
King
Power Equipment Operators
Pavement Breaker
Pile Driver (other Than Crane Mount)
Plant Oiler - Asphalt, Crusher
Posthole Digger, Mechanical
11111111
INEThaimmoi
MEM
$55.21
7A
7A
==
7A
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
Power Plant
$55.21
King
Power Equipment Operators
Pumps - Water
$55.21
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$58.69
King
Power Equipment Operators
Quick Tower - No Cab, Under 100 Feet In
Height Based To Boom
7A
King
Power Equipment Operators
Remote Control Operator On Rubber Tired
Earth Moving Equipment
Rigger And Bellman
$58.69
$55.21
11111
Iliral
3C
8P
8P
8P
King
Power Equipment Operators
King
Power Equipment Operators
Rigger /Signal Person, Bellman (Certified)
$57.72
7A
King
Power Equipment Operators
Rollagon
$58.69
7A
3C
8P
King
Power Equipment Operators
Roller, Other Than Plant Mix
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift Materials
$57.72
3C
3C
8P
8P
King
Power Equipment Operators
Roto -mill, Roto - grinder
$58.17
7A
® 8P
3C 8P
King
Power Equipment Operators
Saws - Concrete
$57.72
7A
King
Power Equipment Operators
Scraper, Self Propelled Under 45 Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete a Carry All
$57.72
7A
3C
8P
King
Power Equipment Operators
Scrapers, Self - propelled: 45 Yards And
Over
558.69
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$57.72
7A
3C
8P
King
Power Equipment Operators
Shotcrete /gunite Equipment
$55.21
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe, Tractors
Under 15 Metric Tons.
$57.72
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoe: Over 30
Metric Tons To 50 Metric Tons
$58.69
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes, Tractors: 15
To 30 Metric Tons
$58.17
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes: Over 50
Metric Tons To 90 Metric Tons
559.28
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes: Over 90
Metric Tons
559.88
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$58.69
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider a Screedman
$58.69
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$58.17
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
557.72
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175 In Height Base To
Boom
$59.28
7A
3C
8P
King
Power Equipment Operators
Tower Crane: over 175' through 250' in
height, base to boom
$59.88
7A
3C
8P
King
Power Equipment Operators
Tower Cranes: over 250' in height from
base to boom
$60.47
7A
3C
8P
King
Power Equipment Operators
Transporters, All Track Or Truck Type
$58.69
7A
3C
8P
King
Power Equipment Operators
Trenching Machines
$57.72
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver - 100 Tons And
Over
$58.17
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver Under 100 Tons
557.72
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable Conveyor
558.17
7A
3C
8P
King
Power Equipment Operators
Welder
$58.69
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farman Type
555.21
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$58.17
7A
3C
8P
King
Power Equipment Operators- Underground
Asphalt Plant Operators
$58.69
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Assistant Engineer
$55.21
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Barrier Machine (zipper)
$58.17
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Batch Plant Operator, Concrete
$58.17
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Bobcat
$55.21
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Brokk - Remote Demolition Equipment
$55.21
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Brooms
555.21
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Bump Cutter
$58.17
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Cableways
$58.69
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Chipper
558.17
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Compressor
555.21
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Concrete Pump: Truck Mount With Boom
Attachment Over 42 M
$58.69
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Concrete Finish Machine -laser Screed
$55.21
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Concrete Pump - Mounted Or Trailer High
Pressure Line Pump, Pump High Pressure.
$57.72
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Concrete Pump: Truck Mount With Boom
Attachment Up To 42m
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Conveyors
$57.72
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Cranes Friction: 200 tons and over
$60.47
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Cranes: 20 Tons Through 44 Tons With
Attachments
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Cranes: 100 Tons Through 199 Tons, Or
150' Of Boom (Including Jib With
Attachments)
$59.28
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Cranes: 200 tons- 299 tons, or 250' of
boom including jib with attachments
$59.88
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Cranes: 300 tons and over or 300' of boom
including jib with attachments
$60.47
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Cranes: 45 Tons Through 99 Tons, Under
150' Of Boom (including Jib With
Attachments)
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Cranes: A -frame - 10 Tons And Under
$55.21
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Cranes: Friction cranes through 199 tons
$59.88
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Cranes: Through 19 Tons With Attachments
A -frame Over 10 Tons
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Crusher
$58.17
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Deck Engineer /deck Winches (power)
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Derricks, On Building Work
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Dozers D -9 Et Under
$57.72
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Drill Oilers: Auger Type, Truck Or Crane
Mount
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Drilling Machine
$59.28
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Elevator And Man -lift: Permanent And
Shaft Type
$55.21
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Finishing Machine, Bidwell And Gamaco Et
Similar Equipment
Forklift: 3000 Lbs And Over With
Attachments
Forklifts: Under 3000 Lbs. With
Attachments
$57.72
$55.21
7A
7A
3C
3C
3C
8P
8P
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Sewer Et Water
King
Power Equipment Operators- Underground
Sewer Et Water
King
Power Equipment Operators- Underground
Grade Engineer: Using Blue Prints, Cut
Sheets, Etc
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Gradechecker /stakeman
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Guardrail Punch
$58.17
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Hard Tail End Dump Articulating Off- Road
Equipment 45 Yards. Et Over
$58.69
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Hard Tail End Dump Articulating Off -road
Equipment Under 45 Yards
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Horizontal /directional Drill Locator
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Horizontal /directional Drill Operator
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Hydralifts /boom Trucks Over 10 Tons
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Hydralifts /boom Trucks, 10 Tons And
Under
$55.21
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Loader, Overhead 8 Yards. Et Over
$59.28
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Loader, Overhead, 6 Yards. But Not
Including 8 Yards
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Loaders, Overhead Under 6 Yards
$58.17
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Loaders, Plant Feed
$58.17
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Loaders: Elevating Type Belt
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Locomotives, All
$58.17
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Material Transfer Device
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Mechanics, All (leadmen - $0.50 Per Hour
Over Mechanic)
$59.28
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Motor Patrol Graders
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Mucking Machine, Mole, Tunnel Drill,
Boring, Road Header And /or Shield
$58.69
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Oil Distributors, Blower Distribution Et
Mulch Seeding Operator
$55.21
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Outside Hoists (elevators And Manlifts), Air
Tuggers,strato
$57.72
7A
3C
8P
Sewer_ft Water
King
Power Equipment Operators- Underground
Overhead, Bridge Type Crane: 20 Tons
Through 44 Tons
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Overhead, Bridge Type: 100 Tons And Over
$59.28
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Overhead, Bridge Type: 45 Tons Through
99 Tons
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Pavement Breaker
$55.21
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Pile Driver (other Than Crane Mount)
$58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Plant Oiler - Asphalt, Crusher
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Posthole Digger, Mechanical
$55.21
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Power Plant
$55.21
7A
3C
8P
Sewer a Water
King
Power Equipment Operators- Underground
Pumps - Water
$55.21
7A
3C
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Quad 9, Hd 41, D10 And Over
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Quick Tower - No Cab, Under 100 Feet In
Height Based To Boom
$55.21
7A
3C
8P
wer & Water
King
�Se
Power Equipment Operators- Underground
Remote Control Operator On Rubber Tired
Earth Moving Equipment
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Rigger And Bellman
$55.21
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Rigger /Signal Person, Bellman (Certified)
( $57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Rollagon
$58.69
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Roller, Other Than Plant Mix
$55.21
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Roller, Plant Mix Or Multi -lift Materials
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Roto -mill, Roto - grinder
( $58.17
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Saws - Concrete
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Scraper, Self Propelled Under 45 Yards
$58.17
7A
3C
8P
Sewer. & Water
King
Power Equipment Operators- Underground
Scrapers - Concrete & Carry All
$57.72
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Scrapers, Self - propelled: 45 Yards And
Over
Service Engineers - Equipment
Shotcrete /gunite Equipment
$58.69
$57.72®
$55.21
7A
3C
3C
3C
8P
8P
8P
Sewer & Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Shovel , Excavator, Backhoe, Tractors
Under 15 Metric Tons.
$57.72
$58.69®
$58.17
7A
3C
3C
8P
8P
8P
Sewer & Water
King
Power Equipment Operators- Underground
Shovel, Excavator, Backhoe: Over 30
Metric Tons To 50 Metric Tons
Shovel, Excavator, Backhoes, Tractors: 15
To 30 Metric Tons
Sewer & Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Shovel, Excavator, Backhoes: Over 50
Metric Tons To 90 Metric Tons
$59.28
7A
3C
En
3C
8P
8P
8P
8P
8P
8P
Sewer Et Water
King
Power Equipment Operators- Underground
Shovel, Excavator, Backhoes: Over 90
Metric Tons
$58.69=
IIMINIIMI
��
7A
Sewer & Water
King
Power Equipment Operators- Underground
Slipform Pavers
Sewer & Water
King
Power Equipment Operators- Underground
Spreader, Topsider & Screedman
Sewer & Water
King
Power Equipment Operators- Underground
Subgrader Trimmer
Tower Bucket Elevators
Sewer Et Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Tower Crane Up To 175' In Height Base To
Boom
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Tower Crane: over 175' through 250' in
height, base to boom
$59.88
7A
3C
8P
Sewer & Water
King
Power Equipment Operators- Underground
Tower Cranes: over 250' in height from
base to boom
Transporters, All Track Or Truck Type
Trenching Machines
Truck Crane Oiler /driver - 100 Tons And
Over
$60.47®
IN
$57.72
$58.17
7A
7A
®®
7A
7A
3C
3C
3C
3C
3C
3C
3C
8P
8P
8P
8P
8P
8P
8P
8P
Sewer & Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Truck Crane Oiler /driver Under 100 Tons
$57.72
Sewer & Water
King
King
Power Equipment Operators- Underground
Truck Mount Portable Conveyor
Welder
Wheel Tractors, Farmall Type
$58.17
$58.69
$55.21.1
Sewer & Water
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Sewer & Water
King
Power Equipment Operators- Underground
Yo Yo Pay Dozer
MEM
$48.54
==
3C
4A
4A
1M
1
8P
Sewer & Water
King
Power Line Clearance Tree Trimmers
Journey Level In Charge
King
Power Line Clearance Tree Trimmers
Spra Person
$46.03
$48.54=1.
$43.32
$32.68n=
$75.36
111EZEIWIll
$28.20_
King
Power Line Clearance Tree Trimmers
Tree Equipment Operator
Tree Trimmer
King
Power Line Clearance Tree Trimmers
King
Power Line Clearance Tree Trimmers
Tree Trimmer Groundperson
King
Refri•eration & Air Conditionin• Mechanics
Journey Level
King
Residential Brick Mason
Journey Level
Journey Level
King
Residential Carpenters
King
Residential Cement Masons
Journey Level���
King
Residential Drywall Applicators
Journey Level
it .' 5D
$55.66110111111M
$30.44IMIMIIIMMIII
$39.40
S26.28MM
King
Residential Drywall Tapers
Journey Level
King
Residential Electricians
Journey Level
King
Residential Glaziers
Journey Level
Journey Level
Residential Insulation A..ticators
King
Residential Laborers
Journey Level
$23.03
King
Residential Marble Setters
Journey Level
$24.09
1
King
Residential Painters
Journey Level
Journey Level
$24.46_
$34.69
1
1
King
Residential Plumbers a Pipefitters
King
Residential Refrigeration & Air
Journey Level
$75.36
6Z
1G
Conditioning Mechanics
King
Residential Sheet Metal Workers
Journey Level (Field or Shop)
$45.99
7F
1R
King
Residential Soft Floor La ers
Journey Levet
$45.86
5A
®®
5A
3D
1M
1
3H
King
Residential Sprinkler Fitters (Fire
Journey Level
$44.98
$54.32111311111MIN
$50.26
$21.46__
����
$50.51
Protection)
King
Residential Stone Masons
Journey Level
King
Residential Terrazzo Workers
Journey Level
Journey Level
Journey Level
King
Residential Terrazzo /Tile Finishers
King
Residential Tile Setters
King
Roofers
Journey Level
King
Roofers
Using Irritable Bituminous Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$75.46®
1 E
King
Shi.buildin • Et Shi. Re. air
Boilermaker
Carpenter
ISEE®
$41.06������
$41.09
$41.081111011111
$41.03MEM.
$41.05®
S41.05
IIIMIMMIN
7T
.1
4B
4B
King
Shi.buildim Et Shi Re. air
King
Shi.buildin• & Shi. Repair
Electrician
King
Shi.buildin• & Shi. Repair
Heat & Frost InsulatorIIIIIMIIIMIMI
Laborer
King
Shi.buildin- & Ship Repair
King
Shi•buitdin• Et Shi. Repair
Machinist
King
Shi.buitdin• & Shi. Repair
Operator
King
Shipbuilding & Ship Repair
Painter
Pipefitter
King
Shipbuilding & Ship Repair
King
Shipbuilding & Ship Repair
• • -
Sheet Metal
Shipfitter
$41.04
$41.12 7T
4B
4B
King
Shipbuilding & Ship Repair
King
Shipbuilding & Ship Repair
King
Shi.buildin• � Shi. Repair
Trucker
$41.26 7T
$41.02.n
=E®
_
$27.28
$33.25
$45.86
iral,alliallini
$72.89
$13.23
1111,111111=.
$19.09.111111�1
$57.72
��
$58.69 7A
4B
1
111MI -
3D
®
111=11
8P
8P
8P
King
King
Shi•buitdin• & Shi. Repair
Warehouse
Shi.buildin• & Shi. Repair
Welder /Burner
King
Si-n Makers & Installers Electrical
rennalall
0222,11111312
Sign Installer 4�m _ -._._.
Sign Maker
Journey Level
King
Si • n.Makers & Installers Electrical
King
Si.n Makers & Installers Non - Electrical
King
Si•n Makers & Installers Non - Electrical
King
Soft Floor La ers
King
Solar Controls For Windows
Journey Level
King
Sprinkler Fitters Fire Protection
Journey Level
King
Sta•e Ri••in• Mechanics Non Structural
Journey Level
King
Stone Masons
Journey Level
King
Street And Parkin. Lot Sweeper Workers
Journey Level
King
Surveyors
Assistant Construction Site Surveyor
Chainman
Construction Site Surveyor
King
Surveyors
King
Surveyors
King
Telecommunication Technicians
Journey Level
Cable Splicer
$22.76
$38.84
King
King
Telephone Line Construction - Outside
Telephone Line Construction - Outside
Hole Digger /Ground Person
Installer (Repairer)
Special Aparatus Installer I
$21.45
$37.2111rall 2B
$38.84 5A 2B
$38.031Eln
$38.84
$36.09 5A 2B
$36.09 2B
$20.33
King
Telephone Line Construction - Outside
King
Telephone Line Construction - Outside
King
King ~ _
Telephone Line Construction - Outside
Special Apparatus Installer II
Telephone Line Construction - Outside
Telephone Equipment Operator (Heavy)
King
Telephone Line Construction - Outside
Telephone Equipment Operator (Light)
Telephone Lineperson
Television Groundperson
King
Telephone Line Construction - Outside
King
King __
Line Construction - Outside
Tele•h•n- in- .n tip - • t i.-
Television Lineperson /Installer
$27.21
IMEMINIMMIll
King
Telephone Line Construction - Outside
Television System Technician
King
Telephone Line Construction - Outside
Television Technician
$29.18
5A
2B
King
Telephone Line Construction - Outside
Tree Trimmer
$36.09
5A
2B
King
Terrazzo Workers
Journey Level
$50.26
5A
1M
King
Tile Setters
Journey Level
$21.65
1
King _
Tile Marble a Terrazzo Finishers
Finisher
$41.09
5A
1B
King
Traffic Control Stripers
Journey Level
$44.85
7A
1K
King
Truck Drivers
Asphalt Mix Over 16 Yards (W. WA -Joint
Council 28)
$52.70
5D
Ell
8L
King
Truck Drivers
Asphalt Mix To 16 Yards (W. WA -Joint
Council 28)
$51.86
5D
Ell
8L
King
Truck Drivers
Dump Truck ft Trailer
$52.70
5D
8L
King
Truck Drivers
Dump Truck (W. WA -Joint Council 28)
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint Council 28)
Transit Mixer
Irrigation Pump Installer
$52.70
$43.23
$17.71
5D 3A
Em
1
1
8L
King
Truck Drivers
King
Well Drillers ft Irrigation Pum. Installers
King
Well Drillers ft Irri•ation Pum. Installers
Oiler
Well Driller
$12.97
$18.00
King
Well Drillers ft Irrigation Pump Installers
EXHIBIT "I"
TITLE VI ASSURANCES
During the performance of this contract, the contractor /consultant, for itself, its assignees and successors
in interest (hereinafter referred to as the "contractor ") agrees as follows:
1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non - discrimination in federally
assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal
Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a part of this contract.
2. Non - discrimination
The contractor, with regard to the work performed by it during the contract, shall not discriminate
on the grounds of race, color, sex, or national origin in the selection and retention of sub - contractors,
including procurement of materials and leases of equipment. The contractor shall not participate either
directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Sub - contracts, Including Procurement of Materials and Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor for work
to be performed under a sub - contract, including procurement of materials or leases of equipment, each
potential sub - contractor or supplier shall be notified by the contractor of the contractor's obligations
under this contract and the Regulations relative to non - discrimination on the grounds of race, color, sex,
or national origin.
4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or directives
issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of
information and its facilities as may be determined by the contracting agency or the appropriate federal
agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or refuses to
furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and
shall set forth what efforts it has made to obtain the information.
5. Sanctions for Non - compliance
In the event of the contractor's non - compliance with the non - discrimination provisions of this
contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine
to be appropriate, including, but not limited to: Withholding of payments to the contractor under the
contract until the contractor complies, and/or; Cancellation, termination, or suspension of the contract, in
whole or in part
Rev 4/17 — 27 -
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub - contract,
including procurement of materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The contractor shall take such action with respect to any sub - contractor
or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions
including sanctions for non - compliance. Provided, however, that in the event a contractor becomes
involved in, or is threatened with, litigation with a sub - contractor or supplier as a result of such direction,
the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in
addition, the contractor may request the USDOT enter into such litigation to protect the interests of the
United States.
Rev 4/17 — 28 —
EXHIBIT J
COMPENSATION
Item # Description
UNIT
QTY
Unit Price
Total
1 Mobilization
LS
1
$ 1,000.00
$ 1,000.00
2 Asbestos abatement & proper disposal
LS
1
$ 2,500.00
$ 2,500.00
3 Decommission diesel fuel underground storage tank
LS
1
$ 3,000.00
$ 3,000.00
4 Decommission cooking oil underground storage tank
LS
1
$ 1,500.00
$ 1,500.00
5 Decommission private well
LS
1
$ 2,500.00
$ 2,500.00
6 Demolish house and cistern building
LS
1
$ 13,500.00
$ 13,500.00
7 Demolish barn, sheds and pump house
LS
1
$ 6,000.00
$ 6,000.00
8 Decommission septic tank
LS
1
$ 1,000.00
$ 1,000.00
9 Contaminated soil removal
TN
30
250.00
$ 7,500.00
10 Unexpected site conditions
FA
$ 10,000.00 $ 10,000.00
Total
id items include sales tax)
Total
$ 48,500.00
Rev 4/17 — 29 —