Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 21-176 - TALAKAI CONSTRUCTION, LLCRETURN TO: AUTUMN GRESSETTj EXT: 6914
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT./DIV: PARKS
2. ORIGINATING STAFF PERSON: AUTUMN GRESSETT
EXT: 6914 3. DATE REQ. 13 Y: 10/11 /2021
4. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT A 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
5. PROJECTNAME: FEDERAL WAY COMMUNITY CENTER SLIDE REMOVAL
6. NAME OF CONTRACTOR: TALAKAI CONSTRUCTION, LLC
ADDRESS: 9236 25TH AVE SW, SEATfLE, WA 98106
17 IIif.ATT. .. TALAKAICON@HOTMAIL.COM
TELEPHONE 206-763-2638
FAX:
SIGNATURENAME: ❑ANA GERVAIS TALAKAI TITLEGOVERNOR
7. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES A COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
8. TERM: COMMENCEMENT DATE: UPON SIGNED CONTRACT
COMPLETION DATE: 12/31/2022
9. TOTAL COMPENSATION $ 34,791.60 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 11 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED BYES DNO IF YES, $ 3191.60 PAID BY. AA CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: _ A101 ✓V[i ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
© PURCHASING: PLEASE CHARGE TO: 111-7200-351-575-51-410
10. DOCUMENT/CONTRACT REVIEW
N PROJECT MANAGER
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
IN LAW
INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
AG 10/6/2021
JE 10/8/21
11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 9/28/2021 COUNCIL APPROVAL DATE: 10/5/2021
12. CONTRACT SIGNATURE ROUTING
© SENT TO VENDOR/CONTRACTOR DATE SENT: 10/11/2021 DATE REC'D:10/26/2021
• ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 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 A DEPARTMENT
IGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNED AG#
COMMENTS:
INITIAL / DATE SIGNED
Ij
I'
AG#
')i')m'7
LIMITED PUBLIC WORKS CONTRACT
FOR
FEDERAL WAY COMMUNITY CENTER SLIDE REMOVAL
This limited public works contract ("Contract") is dated effective this ,ZD7' day
of Oc-�y6ew-, 202/ and is made by and between the City of Federal Way, a Washington
municipal corporation ("City" or "Owner"), and Taiakai Construction, LLC, a Washington
limited liability company ("Contractor").
A. The City desires to retain an independent contractor to furnish all labor and
materials necessary to perform work at the Federal Way Community Center, 876 S 333rd St,
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 Federal Way
Community Center Slide Removal project, 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, Contract Change Order Agreement attached as
Exhibit `B," Notice to Labor Unions attached as Exhibit "C," Certificate(s) of Insurance Form
attached hereto as Exhibit "D," Prevailing Wage Rates attached as Exhibit "E," Title V1
Assurances attached hereto as Exhibit "F," 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 Conipleti_on 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
31 st day of December, 2022. 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 Da3mMes. Time is of the essence of the Contract. Delays
inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and
increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time
needed for administration, engineering, inspection, and supervision.
Accordingly, the Contractor agrees:
7/2021
1. To pay liquidated damages in the amount of $200.00 for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
When the Contract Work has progressed to the extent that the Contracting Agency has
full use and benefit of the facilities, both from the operational and safety standpoint, all
the initial plantings are completed and only minor incidental Work, replacement of
temporary substitute facilities, plant establishment periods, or correction or repair
remains to physically complete the total Contract, the Engineer may determine the
Contract Work is substantially complete. The Engineer will notify the Contractor in
writing of the Substantial Completion Date. For overruns in Contract time occurring
after the date so established, liquidated damages shown above will not apply. For
overruns in Contract time occurring after the Substantial Completion Date, liquidated
damages shall be assessed on the basis of direct engineering and related costs assignable
to the project until the actual Physical Completion Date of all the Contract Work. The
Contractor shall complete the remaining Work as promptly as possible. Upon request by
the Engineer, the Contractor shall furnish a written schedule for completing the physical
Work on the Contract.
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
.•ffurther obligations and liabilities to complete the 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 permits, 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.
7/2021
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
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 determining 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 Utilily 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 31 st day of December, 2022, 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.
7/2021
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.
4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work, the
City agrees to pay the Contractor a fixed fee equal to Thirty -One Thousand Six Hundred and
00/100 Dollars ($31,600.00), and Washington State sales tax equal to Three Thousand One
Hundred Ninety -One and 60/100 Dollars ($3,191.60), for a total amount not to exceed Thirty -
Four Thousand Seven Hundred Ninety -One and 60/100 Dollars ($34,791.60), which amount
shall constitute full and complete payment by the City.
4.2 Contractor Responsible for Taxes. 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 Noogyment. 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: Leif Ellsworth
33325 8th Avenue South
Federal Way, WA 98003-6325
EQUAL OPPORTUNITY EMPLOYER
4
7/2021
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 "C," 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 F.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
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 as due. Industrial or any other insurance 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 Contract to an employment contract. It is recognized that
Contractor may or will be performing work during the Term for other parties; provided,
however, that such performance of other work shall not conflict with or interfere with the
Contractor's ability to perform the Work. Contractor agrees to resolve any such conflicts of
interest in favor of the City.
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,
5
7/2021
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 with combined single limits of liability not
less than $2,000,000 for bodily injury, including personal injury or death, products
liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less
than $1,000,000 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 value of the
structure until final acceptance of the project by the City.
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.
6
7/2021
(3) Coverage shall be primary 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, attached hereto as Exhibit "D" and
incorporated by this reference. 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 fiurnish 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
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. 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
7
7/2021
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
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.
11. PREVAILING WAGES
11.1 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, work persons 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 `E" 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.
11.2 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.
11.3 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.
11.4 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
8
7/2021
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.
12. 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
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.
13. 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.
14. 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.
15. 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.
16. 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.
17. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
9
7/2021
17.1 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.
17.2 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.
17.3 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.
18. GENERAL PROVISIONS
18.1 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.
18.2 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.
18.3 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.
10
7/2021
18.4 Assi ng ment. 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.
18.5 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.
18.6 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
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.
18.7 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.
18.8 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.
18.9 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.
18.10 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.
18.11 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.
18.12 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.
18.13 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.
11
7/2021
18.14 Conflicting Pro -visions. 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.
APPROVED AS TO FORM:
Ryan Call, C Attorney
CITY OF FEDERAL WAY:
�n Ferrell, Mayor
33325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
kieCourtney,
h CMC, City lerk
12
7/2021
18.14 Conflicting Provisions. In the event of a conflict between the teens 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.
CITY OF FEDERAL WAY:
Jim Ferrell, Mayor
33325 8th Avenue South
Federal Way, WA 98003-6325
APPROVED AS TO FORM: ATTEST:
J. Ryan Call, City Attorney Stephanie Courtney, CMC, City Clerk
12
7/2021
TALAKAI CONSTRUCTIO , LLC:
By: %} r
Its: 7
` 5 �� L
(Address)
(Phone)
STATE OF WASHINGTON )
ss.
COUNTY OF )
On this day personally appeared before me %-meA44a)-�e
executed the
foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and
deed of said limited liability company, for the uses and purposes therein mentioned, and on oath
stated that he/she was authorized to execute said instrument.
GIVEN my hand and official seal this -2 day of� ' , 20?�
JOHN MILTON PAYNE JR
Notary Public
State of Washington
Commission # 20103410
My Comm, Expires Feb 20, 2024
(typed/printed name of notary)
Notary Public in and for the State of Washington.
My commission expires red 20f 40j-y
13
7/2021
EXHIBIT A
SCOPE OF WORK
1 Inclusions
1.1 Mobilization & Demobilization
1.2 Removal of slide, handrails, spiral staircase and columns down to slab level
1.3 Protection of slab and pool surfaces during removal work
1.4 Ensure deck surface is walkable with bare feet upon completion
1.5 No protrusions above slab level
1.6 Removal shall be completed in compliance with applicable federal and state laws.
Contractor shall haul away all material to a certified landfill and provide evidence or
documentation of proper disposal.
1.7 City of Federal Way shall waive fees associated with permitting to be completed by
Contractor.
2 Final Inspection and Acceptance
2.1 Finished demolition shall be permitted and inspected by any applicable state, city,
township and county inspections as necessary. All are to be arranged and coordinated by
Contractor.
2.2 Final approval shall be provided by Leif Ellsworth upon completion of all punch list
items and the City's receipt of permit.
3 Scheduling
3.1 All work must be completed during normal business hours, Monday -Friday (5:00 am -
9:00 pm).
3.2 On scheduled days of removal/demo, a representative from City of Federal Way shall
3.3 Contractor's on -site removal/demo activities must be scheduled at least five (5) business
days in advance and coordinated through:
Leif Ellsworth
Community Center Manager
(253) 835-6930
leif.ellsworth@cityoffederalway.com
14
7/2021
EXHIBIT B
CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
FEDERAL WAY COMMUNITY CENTER SLIDE REMOVAL I'ALAKM CONS1RUCTIQN. LLC
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?
PRICE CHANGE LUMP SUM: INCREASE $
UNIT PRICE:
❑ Yes ❑ No
❑ Yes ❑ No
DECREASE $
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: 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
15
7/2021
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED
❑ DECREASED
PAY THIS ADJUSTED AMOUNT:
DIRECTOR'S SIGNATURE DATE
16
7/2021
EXHIBIT C
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO: N/A
(Name of Union or Organization)
The undersigned currently holds contract(s) with N/A involving
funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) 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.
Talakai Construction, LLC
(Contractor or subcontractor)
10/20/21
Date
17
7/2021
EXHIBIT D
CERTIFICATE OF INSURANCE (SEE ATTACHED).
18
7/2021
.ACo/2a�° CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDDIYYYY)
10/14/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT NAME: Michelle Wetzel
InsureOne - Marysville
PMG Np Exf : (360) 686-6182 We No);
E-MAIL corks@insureone.com
ADDRESS:
1375 State Ave
INSURERS AFFORDING COVERAGE
NAIC 0
Suite B
INSURERA: United Financial Casualty Co.
11770
Marysville WA 98270
INSURED
INSURER B :
INSURER C :
Talakai Construction LLC
INSURER D :
9236 25th Ave SW
INSURER E
WSURERF:
Seattle WA 98106
COVERAGES CERTIFICATE NUMBER: CL21101445345 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.
ILTR
TYPE OF INSURANCE
INBD
WVD
POLICY NUMBER
MMIDD1YYYY
MM/DD/YYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
S
CLAIMS -MADE OCCUR
PREMISES EaDccurranca
s
MED EXP (Any one Person)
S
PERSONAL 8 ADV INJURY 1
$
A
GEN'LAGGREGATE LINUT APPLIES PER:
GENERALAGGREGATE
S
POLICY JECT LOC.PRODUCTS
-COMP/OPAGG
S
$
OTHER:
AUTOMOBILE LIABILITY
COM81NEDSMILE LIMIT
Ea accidim
$ 1,000,000
BODILY INJURY (Per person)
$
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
Y
05837194-9
07/30/2021
01/30/2022
BODILY INJURY (Per acddent)
$
PROPERTY DAMAGE
Per acddent
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
$
UMBRELLA UAB
OCCUR
EACH OCCURRENCE
s
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
QED RETENTION S
S
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
PER OTH-
STATUTE ER
ANY PROPRIETOR/PARTNER/EXECUTIVE ❑
OFFICERIMEMBER EXCLUDED?
N / A
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$
DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
CERTIFICATE HOLEDER IS NAMED ADDITIONAL INSURED.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
CITY OF FEDERAL WAY ACCORDANCE WITH THE POLICY PROVISIONS.
33325 98TH AVE S
AUTHORIZED REPRESENTATIVE
FEDERAL WAY WA 98003 AI L C$14?4 { 40, �i�rY _ �, e I
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
L J — vCn I If IV/1I G Vr L.IM11121L-1 I I 11�1�7Vf�/'i1�IVG
10/1 s/2021
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(iss) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
NON Marian Vansell
PHaNNo,e 800 829-8908 . (425) 643-2188
SML Insurance Brokerage, Inc.
Ar- DAIL . marian@smlinsurance.net
15435 W Becker Ln
INSURERS AFFORDING COVERAGE
NAIC 9
INSURER A! WESTERN WORLD INS CO
13196
Surprise AZ 85379
INSURED
INSURERB: NAUTILUS INS CO
17370
INSURER C :
TALAKAI CONSTRUCTION LLC
INSURER D :
9236 25TH AVENUE SW
INSURER E :
INSURER F
SEATTLE WA 98106
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILT R
TYPE OF INSURANCE
APDL
POLICY NUMBER
POLICYMD/
POLICY X
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE a OCCUR
X
X
NPP8805793
08/30/2021
08/30/2022
EACH OCCURRENCE
$ 1.000.000
c oct R n
$ 100,000
MED EXP (Any oneperson)
$ 5.000
PERSONAL & ADV INJURY
$ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
❑ JPRO-
POLICY LOC
OTHER:
GENERAL AGGREGATE
$ 2.000.000
PRODUCTS - COMP/OP AGG
$ 1,000,000
$
AUTOMOBILE LIABILITY
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLYtp
COMBINED SiNGLELI I
(Ea jzl�cnll
$
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PRO AMAGE
$
B
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
X
X
AN1246029
08/30/2021
08/30/2022
EACH OCCURRENCE
$ 2.000.000
AGGREGATE
s 2,000.000
DED I I RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED? ❑
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
A
NIA
R T r'-
L.
E-EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYE
$
E L- DISEASE - POLICY LIMIT
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addltlonal Remarks Schedule, may be attached If more space Is required)
CITY OF FEDERAL WAY IS AN ADDITIONAL INSURED ON THE POLICIES LISTED ABOVE
UILKI WIUA I t HOLDER GANGI=LLAI ION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
CITY OF FEDERAL WAY
AUTHORIZED REPRESENTATIVE
33325 8TH AVENUE SOUTH
FEDERAL WAY WA 98003 J J �r4 — n
©1988-2015 ACORD CORPORATION. All rights reserved.
COMMERCIAL GENERAL LIABILITY
CG 20 01 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY -
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available
to an additional insured under your policy
provided that:
(1) The additional insured is a Named Insured
under such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution
from any other insurance available to the
additional insured.
CG 20 01 04 13 Copyright, Insurance Services Office, Inc., 2012 Page 1 of 1
COMMERCIAL GENERAL LIABILITY
CG 20 33 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS WHEN
REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section 11 - Who Is An Insured is amended to
include as an additional insured any person or
organization for whom you are performing
operations when you and such person or
organization have agreed in writing in a contract or
agreement that such person or organization be
added as an additional insured on your policy. Such
person or organization is an additional insured only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured.
However, the insurance afforded to such additional
insured:
1. Only applies to the extent permitted by law; and
2. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
A person's or organization's status as an additional
insured under this endorsement ends when your
operations for that additional insured are
completed.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to:
I. "Bodily injury", "property damage" or "personal
and advertising injury" arising out of the
rendering of, or the failure to render, any
professional architectural, engineering or
surveying services, including:
a. The preparing, approving, or failing to
prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders,
change orders or drawings and
specifications; or
b. Supervisory, inspection, architectural or
engineering activities.
This exclusion applies even if the claims against any
insured allege negligence or other wrongdoing in
the supervision, hiring, employment, training or
monitoring of others by that insured, if the
"occurrence" which caused the "bodily injury" or
"property damage", or the offense which caused the
"personal and advertising injury", involved the
rendering of or the failure to render any professional
architectural, engineering or surveying services.
CG 20 33 04 13 Copyright, Insurance Services Office, Inc., 2012 Page 1 of 2
2. "Bodily injury" or "property damage" occurring
after:
a. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by
or on behalf of the additional insured(s) at
the location of the covered operations has
been completed; or
b. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or
subcontractor engaged in performing
operations for a principal as a part of the
same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III - Limits Of Insurance:
The most we will pay on behalf of the additional
insured is the amount of insurance:
1. Required by the contract or agreement you have
entered into with the additional insured; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
Page 2 of 2 Copyright, Insurance Services Office, Inc., 2012 CG 20 33 04 13
POLICY NUMBER:NPP$$05793
COMMERCIAL GENERAL LIABILITY
CG 24 04 05 09
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Person Or Organization:
Owners, Lessees or Contractors —Automatic Status When Required
in Constructions Agreement With You.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph S. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV - Conditions:
We waive any right of recovery we may have against
the person or organization shown in the Schedule
above because of payments we make for injury or
damage arising out of your ongoing operations or
"your work" done under a contract with that person or
organization and included in the "products -completed
operations hazard". This waiver applies only to the
person or organization shown in the Schedule above.
CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 1
11 /4/21, 1:42 PM
TALAKAI CONSTRUCTION LLC
STATE OF WASHINGTON
Department of Labor & Industries
Certificate of Workers' Compensation Coverage
WA UBI No.
L&I Account ID
Legal Business Name
Doing Business As
Workers' Comp Premium Status:
Estimated Workers Reported
(See Description Below)
Account Representative
Licensed Contractor?
License No.
License Expiration
November 4, 2021
603 066 669
216,027-00
TALAKAI CONSTRUCTION LLC
TALAKAI CONSTRUCTION LLC
Account is current.
Quarter 2 of Year 2021 "4 to 6 Workers"
Employer Services Help Line, (360) 902-4817
Yes
TALAKCL891CP
02/17/2023
What does "Estimated Workers Reported"
mean?
Estimated workers reported represents the number of
full time position requiring at least 480 hours of work
per calendar quarter. A single 480 hour position may
be filled by one person, or several part time workers.
Industrial Insurance Information
Employers report and pay premiums each quarter
based on hours of employee work already performed,
and are liable for premiums found later to be due.
Industrial insurance accounts have no policy
periods, cancellation dates, limitations of coverage
or waiver of subrogation (See RCW 51.12.05 3 and
5 i .1_ 6.190].
https://secure.Ini.wa.gov/verify/Details/liabilityCertifiicate.aspx?UBI=603066669&LIC=TALAKCL891 CP&Vio=&SAW=false&ACCT=21602700 1/1
EXHIBIT E
PREVAILING RATE OF WAGE (SEE ATTACHED).
King
Laborers
Cement Finisher Tender
$54.62
7A
4V
8Y
King
Laborers
Chipping Gun (30 Lbs. And Over)
$55.62
7A
4V
8Y
King
Laborers
Chipping Gun (Under 30 Lbs.)
$54.62
7A
4V
8Y
King
Laborers
Clean-up Laborer
$54.62
7A
4V
8Y
King,Laborers
Concrete Saw Operator/Core Driller
$55.62
7A
4V
8Y
King
Laborers
Demolition: Wrecking & Moving (Incl. Charred
Material
$54.62
7A
4V
8Y
I
King
Laborers
Drill Operator (Hydraulic, Diamond)
$55.62
7A
4V
8Y
King
Laborers
General Laborer
$54.62
7A
4V
8Y
Kin
Laborers
Jackhammer
$55.62
7A
4V
8Y
King
Laborers
Maintenance Person
$54.62
7A
4V
8Y
King
Laborers
Pavement Breaker
$55.62
7A
I 4V
8Y
19
7l2021
EXHIBIT F
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.
20
7/2021
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
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.
21
7/2021
BUSINESS INFORMATION
Business Name:
TALAKAI CONSTRUCTION, LLC
UBI Number:
603 066 669
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
9236 25TH AVE SW, SEATTLE, WA, 98106-2604, UNITED STATES
Principal Office Mailing Address:
9236 25TH AVE SW, SEATTLE, WA, 98106-2604, UNITED STATES
Expiration Date:
11/30/2021
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
11/30/2010
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
OTHER SERVICES, GENERAL CONTRACTORS
REGISTERED AGENT INFORMATION
Registered Agent Name:
TALAKAI CONSTRUCTION LLC
Street Address:
9236 25TH AVE SW, SEATTLE, WA, 98106-0000, UNITED STATES
Mailing Address:
9236 25TH AVE SW, SEATTLE, WA, 98106-0000, UNITED STATES
GOVERNORS
Title
Governors Type
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
Entity Name First Name
Last Name
DANA
GERVAIS TALAKAI
MAPILI
TALAKAI
PETELO
TALAKAI
TALI
TALAKAI
sup
a14t 4c",
STATE OF WASHINGTON
BUSINESS LICENSING SERVICE
Thank you for filing online
Our processing time generally takes up to 10 business days. Some endorsements may take more time for state or city
approval. You will receive your business license with approved endorsements in the mail. An updated business license
will be mailed to you when additional endorsements are approved.
Confirmation Number: 0-022-724-538 Filing Date and Time: 10/12/2021 10:45:37 PM
Payment Method: ACH Debit/E-Check
Business Entity Information
Entity Type: Limited Liability Company
Name of Entity: TALAKAI CONSTRUCTION, LLC
Account ID: 603066669-001-0001
Firm Name: TALAKAI CONSTRUCTION,LLC
Endorsement(s) Applied For Begin
Federal Way General Business - 10/12/2021
Non -Resident
Fee Type Begin
BLS Processing Fee 10/12/2021
End Count
Fee
10/31/2022 1
$81.00
1.00
End Count
Fee
1
$0.00
$0.00
Grand Total: $81.00