Loading...
AG 24-041 - CORE TAP CONSTRUCTIONRETURN TO: PK ADMIN EXT: 6901 ID #: CITY. OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PARKS DEPT / 2. ORIGINATING STAFF PERSON: AUTUMN GRESSETT EXT: 6914 DATE REQ. BY: RUSH 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT 0 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#): AG24-041 ❑ INTERLOCAL ® OTHER Chanae Order #1 4. PROJECT NAME: FWCC TEMPORARY LOCKER ROOM WATER/POWER ;5. NAME OF CONTRACTOR. CORE TAP CONSTRUCTION, LLC ADDRESS: 317 ALDER AVE M UNIT B. SUMNER WA 98390 TELEPHONE: 206-949-4387 E-MAIL: scottaCoretai)construction.com FAX: SIGNATURENAME: Scott Cail TITLE: Governor 6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 8-101.042-00-6 BL, EXP. 12/31/ 24 UBI # 603 620 720 EXP. / / 7. TERM: COMMENCEMENT DATE: upon signature COMPLETION DATE: 3/31/2024 8. TOTAL COMPENSATION: s 77,438.88 + 1984.45=79,423.33 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 7290.42 IS SALES TAX OWED: is YES ❑ NO IF YES, $ 7290.42 PAID BY: 0 CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: S RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 001-1800-990-518-10-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 11 PARKS PROJECT MANAGER AG 4/22/2024 ❑ PUBLIC WORKS ❑ DEPUTY DIRECTOR ■ DIRECTOR JRH 4-22-2024 ■ LAW DEPT JE 4/23/24 0. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D: ❑ 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.) INITIAL / DATE SIGNED ❑ LAW DEPT ❑ SIGNATORY (MAYOR OR DIRECTOR) 0.7 ❑ CITY CLERK ❑ ASSIGNED AG # A ` _0 1 t ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: One of the amounts is incorrect on the pdf version - JE 4123124 IIf2023 EXHIBIT B CONTRACT CHANGE ORDER AGREEMENT AG-24-041 1 4/22/2024 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE _FWCC Temoorary Locker Room Water & Power Core Tap Construction, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: Increase power service to 480V 120amp subpanel 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? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $ 1984.45 DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE 1 LABOR/MATERIALS FOR 1 $1984.45 ELECTRICAL UPRADE INCLUDES SALES TAX TOTAL NET CONTRACT: INCREASE $ 1984.45 ADD OR DELETE ADD 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 �CBZ� 4/24/24 CONTRACTOR'S 5I NATURE DATE DI CTO IGNATURE DATE ADJUSTMENTS $ 77.438.88 $ 0.00 $ 1984.45 $ 79.423.33 RETURN TO: PK ADMIN EXT: 6901 ID #: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PARKS DEPT / 2. ORIGINATING STAFF PERSON: AUTUMN GRESSETT EXT: 6914 DATE REQ. BY: RUSH .3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT m 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: FWCC TEMPORARY LOCKER ROOM WATER/POWER 5. NAME OFCOiN7'RACTOR: CORE TAP CONSTRUCTION, LLC ADDRESS: 317 ALDER AVE UNIT 8 SUMNER WA 98390 TELEPHONE: 206-949-4387 E-MAIL: scott&coretaoconstruction.com _ FAX: SIGNATURE NAME: Scott Call TITLE: Governor 6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 8-101042-00-6 BL, EXP. 12/31/ 24 UBI # 603 620 720 . EXP. / / 7. TERM: COMMENCEMENT DATE: upon signature COMPLETION DATE: 3/31/2024 8. TOTAL COMPENSATION: $ 77,488.38 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES Ia NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 7,108.38 IS SALES TAX OWED: laYES ❑ NO IF YES, $ 7.108.38 PAID BY: 0 CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: _$7,038.00 NXRETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 001-1800-990-518-10-650 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED d PARKS PROJECT MANAGER AG 2.26.2024 ❑ PUBLIC WORKS ■ DEPUTY DIRECTOR JHG - 2.26.2024 ❑ DIRECTOR N LAW DEPT JE 2/27/24 0. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: NA COMMITTEE APPROVAL DATE: NA SCHEDULED COUNCIL DATE: 2/6/2024 COUNCIL APPROVAL DATE: 2/6/2024 1. CONT jiM SIGNATURE ROUTING 2 `� � � � / aZ5 �.C7 7 VSENTTO VENDOR/CONVENDOR/CONTRACTOR.BATE SENT: T DATE REC- D: ❑ 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.) � INITIAL / DATE SIGNED. R�L.A DEPT Z IGNATORY (MAYOR OR DIRECTOR) CITY CLERK SSIGNED AG # AG# IGNED COPY RETURNED ��]] DATE SENT: U �0 1 M COMMENTS: CONTRACTOR HAS CHOSEN 5% RETAINAGE - NO RETAINAGE BOND CONTRACTOR HAS CHOSEN 5% ADDITIONAL RETAINED - NO PERFORMANCE/PAYMENT BOND TOTAL OF 10% RETAINAGE (RETAINAGE CALCULATED ON PRE-TAX AMOUNT) 11/2023 SMALL PUBLIC WORKS CONTRACT THIS SMALL PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of , 2024 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Core Tap Construction LLC, a Washington limited liability company ("Contractor"), for the project known as FWCC Temporary Locker Room Water & Power (the "Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 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 Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in 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. 2. TERM 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration for the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Seventy -Seven Thousand Four Hundred Eighty -Eight and 38/100 Dollars ($77,488.38), which amount shall constitute full and complete payment by the City ("Total Compensation"). 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. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Quote, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. 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 and absolute discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. Small PW Contract - 1 - 2/24 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 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 not conduct itself as nor claim to be an officer or employee of the City. 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. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 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 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. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose 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. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not Small PW Contract - 2 - 2/24 include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. 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, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA 7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. 7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS Small PW Contract - 3 - 2/24 8.1 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. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 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 in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. 8.7 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. 8.8 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. Small PW Contract - 4 - 2/24 8.9 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. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 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. 8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governina Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 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. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Project Manager for this Project is designated as: George Richen, Parks & Facilities Manager 8.16 Notices. Any notices required to be given to Contractor or to the Engineer 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. CONTRACTOR Core Tap Construction, LLC Attn: Scott Cail 317 Alder Ave, Unit B Sumner, WA 98390 PROJECT MANAGER City of Federal Way Attn: George Richen 33325 8th Ave S Federal Way, WA 98003 Small PW Contract - 5 - 2/24 8.17 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. 8.18 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. 8.19 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. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. 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 is less than One Hundred Fifty Thousand Dollars ($150,000.00), the City may, in lieu of a bond, retain ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The Contractor must notify the City in writing if it elects to take this alternative. 10. INSURANCE 10.1 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: 10.1.1 Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; 10.1.2 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. 10.1.3 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. 10.1.4 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. 10.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: 10.2.1 The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. 1022 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. Small PW Contract - 6 - 2/24 10.2.3 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. 10.2.4 Coverage shall apply to each insured separately against whom claim is made or suit is brought. 10.2.5 Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 10.3 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. 10.4 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. 10.5 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. 10.6 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. 10.7 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. DATED the day and year set forth above. [signature page to follow] Small PW Contract - 7 - 2/24 CITY OF FEDERAL WAY: J` err 1, Mayor f3 25 8th Avenue South ,� ederal Way, WA 98003-6325 I ATTEST: , 0aQ/IU.L fah nie Courtney, CMC, ty Clerk APPROVED AS TO FORM: J. yan Call, CitkAttorney Small PW Contract - 8 - 2/24 CORE TAP CONSTRUCTION LLC: By: Its: L114 (Address) hone) STATE OF WASHINGTON } 1 / ) ss. COUNTY OF I` ( ) On this day personally appeared before me Vj P l Ide-man to me known to be the elm of Core Tap Construction LLC that executed the within and foregoing instrument, an acknowledged f he 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 or she was authorized to execute said instrument. GIVEN under my hand and official seal this o 3$' day of FtOnAA , 2024. Notary's signature • GLAIV�It#, Notary's printed name �`••�ioN�����,1•�►�� Notary Public in and for the St6te of Washington. p�X'OTA,� cif My commission expires 22027317':z r N +., A�►BL�c, 0Z,14 IF 1141 Small PW Contract - 9 - 2/24 EXHIBIT A SCOPE OF WORK 1. PROJECT OVERVIEW: Contractor shall install sanitary drainage, including excavation for an E-One Grinder station, installation of a new pump line, connection to existing drainage, and electrical setup. Scope includes, but is not limited to; providing all necessary labor, materials and equipment to complete water service connection to the sink supply and drain lines and electrical provision for temporary shower facilities, with coordination required to prevent delays from overlapping subcontractors. The project location is as follows: 1.1. Federal Way Community Center: 876 S 3331d St, Federal Way, WA 98003 GENERAL REQUIREMENTS: 2.1. Contractor shall ensure all aspects of the project described below will adhere to the requirements and guidelines outlined in the Federal Way Revised Code (FWRC), ensuring compliance with local regulations and standards for safety, quality, and environmental protection. 2.2. Contractor will provide any illustrated plans or other documentation to the City upon the City's request prior to any work commencing, or at any time during the course of work under this contract. 2.3. Contractor will review the work site and confirm proposed travel path of all components of the Work with the City prior to commencing any portion of the Work under this Contract. Contractor will confirm any needed changes to the path of any of the components of the deliverables under this Agreement with the City prior to engaging in such changes. 2.4. Contractor is responsible for disposing all excavated or otherwise removed soils that are not reused at the location offsite in compliance with all applicable state and local regulations 2.5. Contractor responsible for locating any potential water lines, electrical or other items embedded in the FWCC building concrete foundation prior to drilling or saw cutting. SANITARY DRAINAGE: 3.1. Final configurations to be approved in writing by City Representative before work begins. 3.2. Excavate the designated area and create a stable bed pad for the E-One Grinder station. 3.3. Install the new grinder pump station as close as is practicable to the temporary shower/restroom site. Contractor will review the site and confirm the location with the City prior to installation in close proximity to the temporary showers planned location. 3.3.1. Route the pump line into the existing building drainage system. 3.4. Excavate a trench for the underground pump_ line from the pump station to the FWCC building. 3.4.1. Ensure the new line is set below the frost line (12"-18") to prevent freezing issues. 3.5. Core drill through the FWCC building's foundation to create an opening for the new pump line. 3.6. Saw cut, demolish, and dispose of interior concrete along travel path of new line. Contractor will review site and confirm proposed travel path of new line with the City prior to work commencing. 3.7. Install new pump line connection to the existing 2" drainage line in building. 3.7.1. The new line should be located underneath sink inside the utility closet in the FWCC building where new line is being tied in. 3.7.2. Utilize pressure -safe fittings for all connections 3.7.3. Contractor to install thrust restraint to prevent movement/displacement of new line. 3.8. Connect electrical for pump station. 3.8.1. Installation of a new panel for pump. 3.8.2. Install (2) 50amp services within 50ft of pump station. 3.9. Bed and test new line to ensure functionality before backfilling. 3.10. Restore interior concrete, seal around any foundation penetrations, and backfill excavated areas to rough grade. 4. WATER SERVICE: 4.1. Connect a new supply line, utilizing copper piping, to the existing sink supply line located inside the community center (utility closet). 4.1.1. Ensure compliance with FWRC and relevant regulations for materials, fittings, and installation methods to guarantee safety and longevity. Small PW Contract - 10 - 2/24 4.2. Route the new supply line to the designated sillcock (outdoor faucet) location using PEX A piping, employing expansion fittings at key intervals to accommodate thermal expansion and contraction, and securing the piping along the designated pathway. 4.3. Terminate the supply line at the sillcock (outdoor faucet) mounted on the exterior wall, ensuring proper alignment, sealing, and anchoring to prevent leaks or damage from environmental factors, and install appropriate backflow prevention measures. 5. ELECTRICAL: 5.1. Determine the electrical requirements for the temporary shower facilities, including voltage, amperage, and outlet configurations, ensuring compliance with relevant codes and safety standards. 5.1.1. Final configurations to be approved in writing by City Representative before work begins 5.2. Design and install an electrical service system that meets the specified requirements and provides safe and reliable power supply to the shower facilities. 5.3. Identify suitable existing electrical boxes or panels from which power can be pulled for the temporary shower facilities, considering capacity, proximity, and compatibility with the required electrical service. 5.4. Properly route and connect wiring from the existing boxes to the designated locations for the temporary shower facilities, ensuring appropriate wire sizing and protection. 5.5. Install appropriate disconnect switches or breakers as necessary to provide overcurrent and short- circuit protection for the electrical circuits serving the temporary shower facilities. 5.6. Ensure that all disconnects and breakers are properly sized, rated, and installed according to the electrical code requirements, and clearly labeled for easy identification and operation in case of emergency or maintenance. 5.7. Complete all necessary documentation, including drawings and permit application forms, required by City of Federal Way for proposed electrical installation and reconfiguration. 5.8. Schedule and request inspections from City of Federal Way Inspector as needed, provide adequate notice to Project Manager to ensure ability to be present with Contractor for inspections. 5.9. City of Federal Way to pay all permit fees. Small PW Contract - 11 - 2/24 EXHIBIT B CONTRACT CHANGE ORDER AGREEMENT PROJECT NUMBER CHANGE ORDER NUMBER _FWCC_ Temporary Locker Room Water & Power LLC PROJECT TITLE SUMMARY OF PROPOSED CHANGES: EFFECTIVE DATE _Core Tao _ _ Construction CONTRACTOR 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? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE TOTAL NET CONTRACT: INCREASE $ ADD OR DELETE 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 Small PW Contract - 12 - 2/24 ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $ ❑ DECREASED $ PAY THIS ADJUSTED AMOUNT: $ DIRECTOR'S SIGNATURE DATE Small PW Contract - 13 - 2/24 TO: EXHIBIT C NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT of Union or Organization) The undersigned currently holds contract(s) with 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. (Contractor or subcontractor) Date Small PW Contract - 14 - 2/24 EXHIBIT D CERTIFICATE OF INSURANCE [insurance documents to follow] Small PW Contract - 15 - 2/24 Ac & CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 02/26/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT American Underwriters NAME: Shelby Murphy . Exth. (253)473-1415 p C, Nol; (866)804-2460 6429 South Tacoma Way PNHcowNE-MAIL Tacoma, WA 98409 ADDRESS: sholby@american-underwritom.com License #: 2206 INSURERIS) AFFORDING COVERAGE NAIC # INSURED INSURERB: Ohio Secuft I r e C Core Tap Construction, LLC INSURERC: 317 Alder Ave Unit B INSURER D: Sumner, WA 98390 INSURER E: INSURER F : COVERAGES CFRTIFICATF NIIMRFR• nnme01A_1AA9'4A7 RFVi.c;in d N{IMRFR• 7R 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 ADAI. SUBR� POLICY EFF POLICY EXP TR TYPE OF INSURANCE POLICY NUMBER (MMODNYYYI IMMIDDIYVMLIMITS A X COMMERCIAL GENERAL LIABILITY Y BKS57371515 06/09/2023 06/09/2024 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGE TO RENT PREMISES IE@occurrence $ 1,000,000 MED EXP (Any one person) $ 15.000 PERSONAL & ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: ' GENERAL AGGREGATE $ 2000000 POLICY X JELOi- LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY BAS57371515 06/09/2023 06/09/2024 CMIN Ee ao dent SINGLE LIMIT) $ 11000.000 BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY X AUTOS IX BODILY INJURY (Per accident) $ PMPERTYDAMAGE $ HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY B X UMBRELLA LIAB X OCCUR US057371515 06/09/2023 06/09/2024 EACH OCCURRENCE $ 3,00Q 000 AGGREGATE $ 3,000,000 EXCESS LIAR CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA BKS57371515 06/09/2023 06/09/2024 X I s nr TE STOP GAP E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 2,000,000 A Hired Auto Physical BAS57371516 06/09/2023 06/09/2024 $500 Comp/Coll ded 50,000 Damage Actual Cash Value DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Federal Way, its officers, officials, employees, volunteers and agents are additional insureds when required by a written contract in regards to General Liability per endorsement CG 88 10 0413, attached. Coverage is primary and non-contributory when required by a written contract in regards to General Liability per endorsement CG 88 10 04 13, attached. A 30 day notice of cancellation is included per endorsement CG 80 61 05 11, attached. 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 8th Ave South Federal Way, WA 98003 1 AUTHORIZED REPRESENTATIVE ©1988-201VCORD COR!F`ORATI� All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Printed by SRM on 02/26/2024 at 11:06AM COMMERCIAL GENERAL LIABILITY CG 80 61 05 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CANCELLATION PROVISIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- ing such Conditions is amended by the following: A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the person or organization shown in the Schedule below. In no event will the notice to the person or organization scheduled below exceed the notice to the first named insured. B. Our obligation to send notice to the person or organization listed in the Schedule below will terminate at the earlier of the current policy period expiration or when you no longer have a legal or contractual obligation to such person or organization to maintain insurance coverage under a policy which requires that such person or organization be notified in the event of cancellation. SCHEDULE 1. Name: City of Federal Way 2. Address: 33325 8th Ave South Federal Way, WA 98003 3. Number of days advance notice: 30 All other terms and conditions of this policy remain unchanged. © 2011 Liberty Mutual Agency Corporation. All rights reserved. CG 80 61 05 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY — ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 3 ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY —ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS — EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED — INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED — 6 FELLOW EMPLOYEE EXTENSION — MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY — ELEVATORS Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV — Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III — Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. 2. Paragraph 6. under Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I — Coverage C — Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 1. Under Supplementary Payments — Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT Paragraph 2. under Section II — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury' or "property damage" occurs, or the "personal and advertising injury' is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or C. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury', "property damage", or "personal and advertising injury' arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury' or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury' or "property damage" occurs. C. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "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. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 b. The following ,is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an 'occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 Paragraphs (a) and (b) above do not apply to "bodily injur/' or "personal and advertising injury' caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employees" of yours. However, none of these "employees" are insureds for "bodily injury' or "personal and advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and C. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV — Commercial General Liability Conditions, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV — Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an 'occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II — Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V — Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury' means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury' or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV — Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 EXHIBIT E PREVAILING RATE OF WAGE County Trade Job Classification Wage Holiday Overtime Note 'Risk Class King Electricians - Inside Cable Splicer $105.59 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $113.52 7C 4E View King Electricians - Inside Certified Welder $101.98 7C 4E View King Electricians - Inside Certified Welder (tunnel) $109.56 7C 4E View King Electricians - Inside Construction Stock Person $49.28 7C 4E View King Electricians - Inside Journey Level $98.38 7C 4E View King Electricians - Inside Journey Level (tunnel) $105.59 7C 4E View King Laborers Air, Gas Or Electric Vibrating Screed $59.07 15J lip 8Y View King Laborers Airtrac Drill Operator $60.901 15J lip 8Y View King Laborers Ballast Regular Machine $59.07 15J lip 8Y View King Laborers Batch Weighman $50.07 15J 11 P 8Y View King Laborers Brick Pavers $59.07 15J lip 8Y View King Laborers Brush Cutter $59.07 15J lip 8Y View King Laborers Brush Hog Feeder $59.07 15J lip 8Y View King Laborers Burner $59.07 15J lip 8Y View King Laborers Caisson Worker $60.90 15J lip 8Y View King Laborers Carpenter Tender $59.07 15J lip 8Y View King Laborers Cement Dumper -paving $60.15 15J lip 8Y View King Laborers Cement Finisher Tender $59.07 15J lip 8Y View King Laborers Change House Or Dry Shack $59.07 15J lip 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $60.15 15J lip 8Y View King Laborers Chipping Gun (Under 30 Lbs. ) $59.07 15J lip 8Y View King Laborers Choker Setter $59.07 15J lip 8Y View King Laborers Chuck Tender $59.07 15J lip 8Y View King Laborers Clary Power Spreader $60.15 15J lip 8Y View King Laborers Clean-up Laborer $59.07 15J 11 P 8Y View King Laborers Concrete Dumper/Chute Operator $60.15 15J lip 8Y View King Laborers Concrete Form Stripper $59.07 15J lip 8Y View King Laborers Concrete Placement Crew $60.15 15J lip 8Y View King Laborers Concrete Saw Operator/Core Driller $60.15 15J lip 8Y View King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer j $59.071 15J LP 8Y View Small PW Contract - 16 - 2/24 King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $59.07 15J lip 8Y View King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15J 11 P 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $60.15 15J lip 8Y View King Laborers Dry Stack Walls $59.07 15J lip 8Y View King Laborers Dump Person $59.07 15J lip 8Y View King Laborers Epoxy Technician $59.07 15J lip 8Y View King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller & Bucker Chain Saw $60.15 15J lip 8Y View King Laborers Fine Graders $59.07 15J lip 8Y View King Laborers Firewatch $50.07 15J lip 8Y View King Laborers Form Setter $60.15 15J lip 8Y View King Laborers Gabian Basket Builders $59.07 15J lip 8Y View King Laborers General Laborer $59.07 15J lip 8Y View King Laborers Grade Checker & Transit Person $62.49 15J lip 8Y View King Laborers Grinders $59.07 15J lip 8Y View King Laborers Grout Machine Tender $59.07 15J lip 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $60.15 15J 11 P 8Y View King Laborers Guardrail Erector $59.07 15J lip 8Y View King Laborers Hazardous Waste Worker (Level A) $60.90 15J lip 8Y View King Laborers Hazardous Waste Worker (Level B) $60.15 15J lip 8Y View King Laborers Hazardous Waste Worker (Level C) $59.07 15J lip 8Y View King Laborers High Scaler $60.90 15J 11 P 8Y View King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View King Laborers Maintenance Person $59.07 15J lip 8Y View King Laborers Manhole Builder-Mudman $60.15 15J lip 8Y View King Laborers Material Yard Person $59.07 15J lip 8Y View King Laborers Mold Abatement Worker $59.07 15J lip 8Y View King Laborers Motorman -Dinky Locomotive $62.59 15J lip 8Y View King Laborers nozzleman (concrete pump, green cutter when using combination of high pressure air & water on concrete & rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) $62.49 15J lip 8Y View Small PW Contract - 17 - 2/24 King Laborers Pavement Breaker $60.15 15J lip 8Y View King Laborers Pilot Car $50.07 15J lip 8Y View King Laborers Pipe Layer (Lead) $62.49 15J lip 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J lip 8Y View King Laborers Pipe Reliner $60.15 15J lip 8Y View King Laborers Pipe Wrapper $60.15 15J lip 8Y View. King Laborers Pot Tender $59.07 15J lip 8Y View King Laborers Powderman $60.90 15J lip 8Y View King Laborers Powderman's Helper $59.07 15J lip 8Y View King j Laborers Power Jacks $60.15 15J lip 8Y View King Laborers Railroad Spike Puller - Power $60.15 15J lip 8Y View King Laborers Raker - Asphalt $62.49 15J lip 8Y View King Laborers Re-timberman $60.90 15J lip 8Y View King Laborers Remote Equipment Operator $60.15 15J lip 8Y View King Laborers Rigger/Signal Person $60.15 15J lip 8Y View King Laborers Rip Rap Person $59.07 15J lip 8Y View King Laborers Rivet Buster $60.15 15J lip 8Y View King Laborers Rodder $60.15 15J lip 8Y View King Laborers Scaffold Erector $59.07 15J lip 8Y View King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View King Laborers Sloper Sprayer $59.07 15J lip 8Y View King Laborers Spreader (Concrete) $60.15 15J lip 8Y View King Laborers Stake Hopper $59.07 15J lip 8Y View King Laborers Stock Piler $59.07 15J lip 8Y View King Laborers Swinging Stage/Boatswain Chair $50.07 15J lip 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $60.15 15J lip 8Y View King Laborers Tamper (Multiple & Self- propelled) $60.15 15J lip 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $60.15 15J lip 8Y View King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View King ILaborers Topper $59.07 15J lip 8Y View King Laborers Track Laborer $59.07 15J lip 8Y View King Laborers Track Liner (Power) $60.15 15J lip 8Y View King Laborers Traffic Control Laborer $53.54 15J lip 9C View King Laborers Traffic Control Supervisor $56.73 15J lip 9C View King Laborers Truck Spotter $59.07 15J 11 P 8Y View King Laborers Tugger Operator $60.15 15J 11 P 8Y View Small PW Contract - 18 - 2/24 King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $175.79 15J 11 P 9B View King Laborers Tunnel Work -Compressed Air Worker 30.01-44.00 psi $180.82 15J lip 9B View King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $184.50 15J 11 P 9B View King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $190.20 15J lip 9B View King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $192.32 15J lip 9B View King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $197.42 15J lip 9B View King Laborers Tunnel Work -Compressed .Air Worker 68.01-70.00 psi $199.32 15J lip 9B View King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $201.32 15J lip 9B View King Laborers Tunnel Work -Compressed Air Worker 72.01-74.00 psi $203.32 15J lip 9B View King Laborers Tunnel Work-Guage and Lock Tender $62.59 15J lip 8Y View King Laborers Tunnel Work -Miner $62.59 15J lip 8Y View King Laborers Vibrator $60.15 15J lip 8Y View King Laborers Vinyl Seamer $59.07 15J lip 8Y View King Laborers Watchman $45.51 15J lip 8Y View King Laborers Welder $60.15 15J lip 8Y View King Laborers Well Point Laborer $60.15 15J lip 8Y View King ILaborers Window Washer/Cleaner $45.51 15J lip 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $59.07 15J lip 8Y View King Laborers - Underground Sewer & Water Pipe Layer $60.15 15J lip 8Y View King Plumbers & Pipefitters Journey Level $100.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $78.65 15J 11G 8X View King Power Equipment Operators Brooms $78.65 15J 11G 8X View Small PW Contract - 19 - 2/24 King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View King Power Equipment Operators Cableways $83.62 15J 11G 8X View King Power Equipment Operators Chipper $82.88 15J 11G 8X View King Power Equipment Operators Compressor $78.65 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $78.65 15J 11G 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $82.25 15J 11G 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $83.62 15J 11G 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $82.88 15J 11G 8X View King Power Equipment Operators Conveyors $82.25 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and over $86.48 7A 11 H 8X View King Power Equipment Operators Cranes, A -frame: 10 tons and under $78.95 7A 11 H 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $84.77 7A 11 H 8X View King Power Equipment Operators Cranes: 20 tons through 44 tons with attachments $83.20 7A 11 H 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $85.66 7A 11 H 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $86.48 7A 11 H 8X View King Power Equipment Operators Cranes: 45 tons through 99 tons, under 150' of boom(including jib with attachments) $83.95 7A 11 H 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $85.66 7A 11 H 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, a -frame over 10 tons $82.56 7A 11 H 8X View King Power Equipment Operators Crusher $82.88 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $82.88 15J 11G 8X View Small PW Contract - 20 - 2/24 King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View King Power Equipment Operators Dozers D-9 & Under $82.25 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $82.25 15J 11G 8X View King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: permanent and shaft type $78.65 15J 11G 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $82.88 15J 11G 8X View King Power Equipment Operators Forklift: 3000 Ibs and over with attachments $82.25 15J 11G 8X View King Power Equipment Operators Forklifts: under 3000 lbs. with attachments $78.65 15J 11G 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $82.88 15J 11G 8X View King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $83.62 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $82.88 15J 11G 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $82.25 15J 11G 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $82.88 15J 11G 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $82.56 7A 11H 8X View King Power Equipment Operators Hydralifts/boom trucks: 10 tons and under $78.95 7A 11 H 8X View King Power Equipment Operators Leverman $85.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $83.62 15J 11G 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $82.88 15J 11G 8X View King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View Small PW Contract - 21 - 2/24 King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $0.50 per hour over mechanic) $84.46 15J 11G 8X View King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $83.62 15J 11G 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $78.65 15J 11G 8X View King Power Equipment Operators Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $82.25 15J 11G 8X View King Power Equipment Operators Overhead, bridge type Crane: 20 tons through 44 tons $83.20 7A 11 H 8X View King Power Equipment Operators Overhead, bridge type: 100 tons and over $84.77 7A 11 H 8X View King Power Equipment Operators Overhead, bridge type: 45 tons through 99 tons $83.95 7A 11 H 8X View King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $82.88 15J 11G 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $82.25 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators Power Plant $78.65 15J 11G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under 100 feet in height base to boom $82.88 15J 11G 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $83.62 15J 11G 8X View King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, Bel Iman (Certified) $82.56 7A 11 H 8X View King Power Equipment Operators Rollagon $83.62 15J 11G I 8X View Small PW Contract - 22 - 2/24 King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $82.25 15J 11G 8X View King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $82.88 15J 11G 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $83.62 15J 11G 8X View King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $82.25 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $83.62 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $82.88 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $84.46 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $85.33 15J 11G 8X View King Power Equipment Operators Slipform Pavers I $83.62 15J 11G 8X View King Power Equipment Operators preader, Topsider & Ncreedman $83.62 15J 11G 8X View King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $85.66 7A 11 H 8X View King Power Equipment Operators Tower crane: up to 175' in height base to boom $84.77 7A 11 H 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $86.48 7A 11 H 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $83.62 15J 11G 8X View Small PW Contract - 23 - 2/24 King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 tons and over $83.20 7A 11 H 8X View King Power Equipment Operators Truck crane oiler/driver: under 100 tons $82.56 7A 11 H 8X View King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, Hydro Excavator) $82.88 15J 11G 8X View King Power Equipment Operators Welder $83.62 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $78.65 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $82.88 15J 11G 8X View Small PW Contract - 24 - 2/24 King Power Equipment Compressor $78.65 15J 11G 8X View Operators- Underground Sewer & Water King Power Equipment Concrete Finish Machine - $78.65 15J 11G 8X View Operators- Underground Laser Screed Sewer & Water King Power Equipment Concrete Pump - Mounted $82.25 15J 11G 8X View Operators- Underground Or Trailer High Pressure Sewer & Water Line Pump, Pump High Pressure King Power Equipment Concrete Pump: Truck $83.62 15J 11G 8X View Operators- Underground Mount With Boom Sewer & Water .Attachment Over 42 M King Power Equipment Concrete Pump: Truck $82.88 15J 11G 8X View Operators- Underground Mount With Boom Sewer & Water Attachment Up To 42m King Power Equipment Conveyors $82.25 15J 11G 8X View Operators- Underground Sewer & Water King Power Equipment Cranes Friction: 200 tons $86.48 7A 11 H 8X View Operators- Underground and over Sewer & Water King Power Equipment Cranes, A -frame: 10 tons $78.95 7A 11H 8X View Operators- Underground and under Sewer & Water King Power Equipment Cranes: 100 tons through $84.77 7A 11 H 8X View Operators- Underground 199 tons, or 150' of boom Sewer & Water (including jib with attachments) King Power Equipment Cranes: 20 tons through 44 $83.20 7A 11 H 8X View Operators- Underground tons with attachments Sewer & Water King Power Equipment Cranes: 200 tons- 299 tons, $85.66 7A 11 H 8X View Operators- Underground or 250' of boom including jib Sewer & Water with attachments King Power Equipment Cranes: 300 tons and over $86.48 7A 11 H 8X View Operators- Underground or 300' of boom including jib Sewer & Water with attachments King Power Equipment Cranes: 45 tons through 99 $83.95 7A 11 H 8X View Operators- Underground tons, under 150' of Sewer & Water boom(including jib with attachments) King Power Equipment Cranes: Friction cranes $85.66 7A 11 H 8X View Operators- Underground through 199 tons Sewer & Water King Power Equipment Cranes: through 19 tons $82.56 7A 11 H 8X View Operators- Underground with attachments, a -frame Sewer & Water over 10 tons King Power Equipment Crusher $82.88 15J 11G 8X View Operators- Underground Sewer & Water Small PW Contract - 25 - 2/24 King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $84.46 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Elevator and man -lift: permanent and shaft type $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Ibs and over with attachments $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: under 3000 lbs. with attachments $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: 10 tons and under $78.95 7A 11 H 8X View Small PW Contract - 26 - 2/24 King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom trucks: over 10 tons $82.56 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Leverman $85.33 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics: All (Leadmen - $0.50 per hour over mechanic) $84.46 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type Crane: 20 tons through 44 tons $83.20 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 100 tons and over $84.77 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, bridge type: 45 tons through 99 tons $83.95 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $78.65 15J 11G 8X View Small PW Contract - 27 - 2/24 King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower: no cab, under 100 feet in height base to boom $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bel Iman (Certified) $82.56 7A 11H 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi -lift Materials $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All, $82.25 15J 11G 8X View Small PW Contract - 28 - 2/24 King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $84.46 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $85.33 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom $85.66 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Tower crane: up to 175' in height base to boom $84.77 7A 11 H 8X View King Power Equipment Operators- Underground $ewer & Water Tower Cranes: over 250' in height from base to boom $86.48 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $82.25 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver: 100 tons and over $83.20 7A 11H 8X View Small PW Contract - 29 - 2/24 King Power Equipment Operators- Underground Sewer & Water Truck crane oiler/driver: under 100 tons $82.56 7A 11 H 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Vac Truck (Vactor Guzzler, Hydro Excavator) $82.88 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Welder $83.62 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $78.65 15J 11G 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $82.88 15J 11G 8X View Small PW Contract - 30 - 2/24 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. 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 Small PW Contract - 31 - 2/24 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. Small PW Contract - 32 - 2/24 EXHIBIT G CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: FWCC Temporary Locker Room Water & Power RFB No: N/A Contractor: Core Tap Construction, LLC GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City unless the Contractor elects that the City may retain 10% of the contract amount in lieu of a performance and payment bond pursuant to RCW 39.08.010. 2. All investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: © Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement' upon contract award. The City will provide the agreement to the Contractor if this option is selected. 0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement' upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. 0 Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these Contract Documents. 1�fo e.�_� t6ntr4ctor Signature Da e Small PW Contract - 33 - 2/24 EXHIBIT H CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID QUOTE PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for Bids. Bidder Name: Print Full Legal l9amd of Firm By: ig ture of Authorized Person Title: rvIi r EG 'title ofPerson Signing Cettificate Date: A, �) & '2�kp"6'Al Prin Name of Person Making Certifications for Firm Place: Er W Print City and State Wher Signed Small PW Contract - 34 - 2/24 Washington State Department of Revenue < Business Lookup License Information' New search Back to results Entity name: CORE TAP CONSTRUCTION LLC Business name: CORE TAP CONSTRUCTION LLC Entity type: Limited Liability Company UBI #: 603-620-720 Business ID: 001 Location ID: 0002 Location: Active Location address: 317 ALDER AVE UNIT B SUMNER WA 98390-1347 Mailing address: 317 ALDER AVE UNIT B SUMNER WA 98390-1347 Excise tax and reseller permit status: Click here Secretary of State status: Click here Endorsements Endorsements held at this location License # Count Details Status Expiration date First issuance date Burien General Business - Non- Active Sep-30-2024 Sep-12-2023 Resident Federal Way General Business - 18-101042-00-BL Active May-31-2024 Mar-08-2018 Non -Resident Mercer Island General Business - 190006 Active May-31-2024 Oct-09-2019 Non -Resident Redmond General Business - Non- Active May-31-2024 Jun-08-2021 Resident Sumner General Business Active May-31-2024 Jan-27-2021 Tukwila General Business - Non- Active May-31-2024 Sep-29-2020 Resident Governing People May include governing people not registered with Secretary u%State Governing people Title CAIL, SCOTT HICKMAN, KIP Vie,"9dditional Locations BUSINESS INFORMATION Business Name: CORE TAP CONSTRUCTION LLC UBI Number: 603 620 720 Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE Principal Office Street Address: 317 ALDER AVE UNIT B, SUMNER, WA, 98390-1347, UNITED STATES Principal Office Mailing Address: 317 ALDER AVE UNIT B, SUMNER, WA, 98390-1347, UNITED STATES Expiration Date: 05/31/2024 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 05/22/2016 Period of Duration: PERPETUAL Inactive Date: Nature of Business: GENERALCONTRACTOR REGISTERED AGENT INFORMATION Registered Agent Name: SCOTT CAIL Street Address: 317 ALDER AVE UNIT B, SUMNER, WA, 98390-1347, UNITED STATES Mailing Address: 317 ALDER AVE UNIT B, SUMNER, WA, 98390-1347, UNITED STATES GOVERNORS Title Governors Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL SCOTT CAIL GOVERNOR INDIVIDUAL KIP HICKMAN �'`� CONSTRUCTION LLC RP 2/16/2024 Project Name: Federal Way Community Center Temporary Sanitary Plan Set Date: NA Core Tap Construction LLC (Core Tap) will provide labor, materials, and equipment for the following scope of work. Exclusions are listed separately. Prices proposed are for Net 7-day payment term. Work is to be completed in a continuous fashion in the sequence dictated by Core Tap or specified by plans. Overlapping/impeding subcontractors during proposed scope requires approval from Core Tap to prevent delay charges caused by other subcontractors. Scope: Sanitary Drainage ❑ Excavate and bed pad for E-One Grinder station. o Dispose of soils offsite. ❑ Set new grinder pump station adjacent to temporary showers. o Route pump line into existing building drainage. ❑ Excavate trench for underground pump line from pump to building. o New line to be set below frost line (12"-18") ❑ Core drill through foundation for new pump line. ❑ Saw cut, demo, and dispose of interior concrete in travel path of new line. ❑ Install new pump line connection to existing 2" drainage line. o Line located underneath sink. o Connect with pressure safe fittings. o Install thrust restraint. ❑ Connect electrical for pump station. o Includes panel install for pump. 0 30amp service to be provided within 50ft of pump station. • If electrical service is not available then it will need to be provided by the owner. ❑ Bed and test new line before backfill. ❑ Restore interior concrete, seal around foundation penetrations, and backfill to rough grade. Water Service: ❑ Connect new supply line to existing sink supply line inside community center. ❑ Route to new sillcock location with PEX A piping and expansion fittings. ❑ Terminate at sillcock mounted to exterior wall. CoRE CONSTRUCTION LLC �RP i.: Electrical: ❑ Provide applicable electrical service for temporary shower facilities. ❑ Pull power from existing boxes. ❑ Includes appropriate disconnects and breakers. Exclusions: Permitting, landscape restoration, running electrical to panel location. Total: $70,380 +tax Price quoted is good for 60 days from date listed. Terms and Conditions Payment: Payment breakdown (deposit/progress if applicable) to be discussed prior to final project agreement. Standard terms are Net 30-day payment for invoices submitted before 5pm local time. Extended payment terms may affect job cost. If long lead materials are required, a progress payment for the value of those materials, delivery/receiving charges, administrative, and profit and overhead will be required prior to ordering materials. Payment term will be effective upon completing inspections and scope of work plus agreed changes. Late payments subject to RCW 19.52 interest rate of 12% plus $75 administrative charge per month. Lien rights will be retained by Core Tap and a conditional lien release will be provided after payment is received. Change Orders: Changes in scope and change orders can be approved via document signature, text message, or email chain correspondence and will be retained for proof of approval. Inspector dictated changes/preferences outside of proposed scope may affect cost. This includes unknown items (utility lines, buried debris, etc.). The time and materials (T&M) rate chart will be sent as a separate attachment. Work Hours: Standard work hours (Mon -Fri 7am-5pm) are used for the proposed price. Hours outside those listed may be subject to additional cost if required to perform work at those times. Customer Purchased Materials: Any materials purchased by customer to be used are not warranted by Core Tap if not per project specification or in new condition (<30 days onsite). Materials cannot be purchased by customer on their own account and if the proper quantity is not ordered then additional costs may be accrued to procure appropriate materials. Administrative time, take -offs, quantity planning, delivery/receiving time, or labor to maneuver materials around site may apply if Core Tap is required to be involved. Customer Hired Subcontractors: Any subcontractors hired directly by the customer will be managed by the customer and not Core Tap unless agreed upon. Any subcontractors preventing access (i.e., debris or vehicles blocking paths) to the work areas may cause delay charges. r.77 CONSTRUCTION LLC tRP t Subcontractors hired by the customer are not to work above, below, or adjacent to Core Tap in any way that may allow an individual of either company to be injured by falling debris or moving equipment or impact the integrity of trenches or shoring. This includes a discharge of liquids. Core Tap is not to be exposed to dust or noxious fumes produced by others when on site unless contained per L&I and OSHA specifications. Damage or potential damage to newly installed work by customer hired subcontractors will void all warranties and if needed to be replaced, will be charged at the T&M rate. Equipment damaged by others will be claimed on the individual's insurance or will be added to final billing if subcontractor refused to pay reasonable repair costs. Job Delay or Cancellation: In a situation where a job is cancelled or delayed for an indeterminate time due to customer related issues, an invoice for all partial work up to the stoppage in work will be provided with a Net 14-day payment period. We retain the right to charge for profit and overhead on portions of work completed and materials delivered, including demobilization charges at the T&M rate listed. If an additional remobilization and demobilization is required due to a delay, then the cost will be charged at the T&M rate and added to the next progress payment or final payment. Delays where equipment and labor are prevented from performing work elsewhere will be charged a 33% delay cost for the equipment and labor affected by the delay. Delays can be caused by failure to produce payment on agreed upon terms. By signing below, you agree with the following statement: 1 agree with the above scope and terms and wish to proceed with the project. Print