Loading...
AG 17-148RETURN TO: PW ADMIN EXT: 2700 ID #: . 1 0 .3 2 1,2 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT /DIV: PUBLIC WORKS ld2har/LeL✓iiiej//4q/ 600/7- 2. ORIGINATING STAFF PERSON: aONGEDie- EXT: .2'15'3' 3. DATE REQ. BY: 0J /.o / ATE 3. TYPE OF DOCUMENT (CHECK ONE): 1/ /$/tO a ier- CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP.y) ❑ PUBLIC WORKS CONTRACT X SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME: nOdocintelar ,1T iff -A5, ll i% ,,5 5. NAME OF CONTRACTOR: liggbaAto A7pl[Srd/L3 6C> AE aN97GkrA4r /NC. ADDRESS: i / ,./ .1 ./_ TELEPHONE: (53) 110 -f443 _ E -MAIL: 214,o1 NET• FAX: (253)1/614 -os09 SIGNATURE NAME: LcV Aatrili TITLE: /4 '2ovr 6. EXHIBITS AND ATTACHMENTS: $ SCOPE, WORK OR SERVICES of COMPENSATION X1 INSURANCE REQUIREMENTS /CERTIFICATE $1 ALL OTHER REFERENCED EXHIBITS ❑nPPROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE #V7 104020 BL, EXP. 12/31/ (7 uBI # Lo/1391NI , EXP. 07 1,30 /042/8' 7. TERM: COMMENCEMENT DATE: /6 /III 9-- COMPLETION DATE: /.0//Zci7 8. TOTAL COMPENSATION: $ VI (INCLUDE EXPENSES AND SALES TAX, IF ANY) L.00. (IF CALCULATED ON HOUR Y LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES g NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YE5 Ix-NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: 1.ai 4x5. co RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: 3b - Roo - 2$ - g71 620 -,i/ Fr4 eAfieAV 'a c ` _ ∎el lIPA F 9. DOCUMENT / CONTRACT REVIEW INITIAL / D A E REVIEWED INITIAL / DATE APPROVED p( PROJECT MANAGER t;.4720/ 4/• �A %DIVISION MANAGER ,____ ,MillIMIGHEllit - x DEPUTY DIRECTORS 6 iv-" r \% DIRECTOR .. 1 ��� _ .� + ❑ RISK MANAGEMENT (IF APPLICABLE) .r; �— - J -----• - A, LAW DEPT 4,781 uT, 7 „_. 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 0,Zp /L COUNCIL APPROVAL DATE: //.':O /.TJ/Ii 11. CONTRACT SIGNATURE ROUTING (�{ SENT TO VENDOR/CONTRACTOR DATE SENT _ ` 7111 1J DATE REC'D: �`� r/ ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) I, ,L /DAT SIG D FINANCE DEPARTMENT �_�'►. ��` LAW DEPT �■ I I • /y( SIGNATORY (MAYOR pOrncf :REcivee�- , �r . r VI 19 CITY CLERK (0 -_ IFK1 %A ASSIGNED AG # AG# EI N SIGNED COPY RETURNED DATE SENT: / - 1 Rei ., Qwr n°JQ rnr COMMENTS: EXECUTE " ' ORIGINALS FCC( 4/2017 Tony Doucette From: dana @woodlandindustries.net Sent: Monday, October 02, 2017 1:30 PM To: Tony Doucette Subject: RE: Demolition of Structures at 36818 8th Ave S Good Afternoon Tony, I have reviewed the change & approve you swapping it in the contract. Thanks! Dana Schmidt Office Manager Woodland Industries 10715 66th Ave E Puyallup, WA 98373 253 - 770 -9663 Office 253- 446 -0509 Fax Original Message Subject: Demolition of Structures at 36818 8th Ave S From: Tony Doucette < Tony .Doucette @cityoffederalway.com> Date: Mon, October 02, 2017 1:06 pm To: " 'dana @woodlandindustries.net "' <dana @woodlandindustries.net> Hi Dana, Our legal staff noticed that I made a mistake in the compensation section on page 4 of the contract (see attached). The amount is $48,500, as shown in numbers, but the worded version said "fifty" instead of "five- hundred." The original and revised pages are shown attached. Please reply to confirm that you have reviewed the change and approve me swapping the page in the contract to be signed by the Mayor. Thanks, Tony Doucette, P.E. SWM Engineer City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 P: (253) 835 -2753 F: (253) 835 -2709 tony .doucette @cityoffederalway.com SMALL PUBLIC WORKS CONTRACT FOR DEMOLITION OF STRUCTURES AT 36818 8TH AVE S This small public works contract ( "Contract ") is dated effective this day of Oehrgr_____20_11 and is made by and between the City of Federal Way, a Washington municipal corporation ( "City" or "Owner "), and Woodland Industries General Contracting, Inc., a Washington Corporation ( "Contractor "). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work at 36818 8th Ave S, Federal Way, Washington ( "Property "); and B. The Contractor has the requisite skill and necessary experience to perform such work. NOW, THEREFORE, the Parties ( "Parties ") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the Demolition of Structures at 36818 8th Ave S; in Exhibit "A" attached hereto and incorporated by this reference, ( "Work "), and in accordance with and as described in the Contract Documents, which include without limitation, this Contract, the Request for Quotes for Demolition of Structures at 36818 8th Ave S, Contract Change Order Agreement attached as Exhibit `B," Contractor's Retainage Agreement attached as Exhibit "C," Contractor's Retainage Bond attached as Exhibit "D," Notice to Labor Unions attached as Exhibit "E," Certificate(s) of Insurance Form attached hereto as Exhibit "F," Performance /Payment Bond attached hereto as Exhibit "G," Prevailing Wage Rates attached as Exhibit "H," Title VI Assurances attached hereto as Exhibit "I," Compensation schedule attached hereto as Exhibit "J," and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents "), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed on or before the 31st day of December, 2017. In the event the Work is not completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City has accepted the Work. 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for Rev 4/17 - 1 - administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD = 0.15C T where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. T = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors, performed to the City's satisfaction, within the time period prescribed by the City. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit `B," which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the City Rev 4/17 — 2 - the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Federal Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, which shall be no later than the 31st day of December 2017, and the expiration of all warranties contained in the Contract Documents ( "Term "). 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work. Rev4 /17 — 3 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed forty -eight thousand five hundred and 00 /100 Dollars ($48,500.00), as identified on the compensation form attached hereto as Exhibit "J" which shall constitute full and complete payment by the City. 4.2 Contractor Responsible for Taxes. Except as otherwise provided in Section 4.1 hereof,) the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. Payment by the City for the Work will only be made after the Work has been completed, a voucher or invoice is submitted in the form specified by the City, and such invoice is approved by the appropriate City representative. Payment shall be made within thirty (30) days of receipt of such invoice or voucher unless otherwise set forth in the Bid Form. The Contractor's acceptance of such payment for the Work shall constitute full compensation for the performance of the Work. Invoices shall be submitted, in duplicate to: City of Federal Way ATTN: Accounts Payable 33325 8th Avenue South Federal Way, WA 98003 -6325 Duplicate invoices shall be furnished to: City of Federal Way ATTN: Tony Doucette Public Works Department 33325 8th Avenue South Federal Way, WA 98003 -6325 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total Compensation shall be retained by the City to assure payment of Contractor's state taxes as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor's Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund ( "Fund ") nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in Rev 4/17 — 4 - full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non - payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty -five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment. This requirement shall apply, but not be limited to the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21, 21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non- discrimination. Contractor shall post a notice to Labor Unions or other employment organizations, attached hereto as Exhibit "E," as required by Section 202 of Executive Order 11246. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit I. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired Rev 4/17 — 5 - under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. TERMINATION Prior to the expiration of the Term, this Contract may be terminated immediately, with or without cause by the City. 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licensees, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating, which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (2) Commercial general liability insurance covering liability arising from premises, operations, independent contractors, products - completed operations, stop gap liability, personal injury, bodily injury, death, property damage, products liability, advertising Rev 4/17 — 6 injury, and liability assumed under an insured contract with limits no less than $1,000,000 for each occurrence and $2,000,000 general aggregate. (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. (4) If any structures are involved in the Contract, the Contractor shall maintain an All Risk Builder's Risk 2 form at all times in an amount no less than the replacement value of the structure until final acceptance of the project by the City. (5) Pollution liability insurance covering remediation and disposal work with limits no less than $1,000,000 per claim and $2,000,000 aggregate limit. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. (3) Coverage shall be primary and non - contributory insurance as respects the City, its officials, employees and volunteers. Any insurance or self - insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by this Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self Insured Retentions. Any deductibles or self - insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self - insured retentions or Rev 4/17 — 7 - procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self - insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 10. PERFORMANCE /PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this Contract as less than Thirty -Five Thousand Dollars ($35,000.00), the City may, in lieu of a bond, retain fifty percent (50 %) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296 -155 WAC), General Safety and Health Standards (Chapter 296 -24 WAC), and General Occupational Health Standards (Chapter 296 -62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is Rev 4/17 likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. 12. PREVAILING WAGES 12.1 Wages of Employees. This Contract is subject to the minimum wage requirements of Chapter 39.12 of the Revised Code of Washington, as now existing or hereafter amended or supplemented. In the payment of hourly wages and fringe benefits to be paid to any of Contractor's laborers, workpersons and /or mechanics, Contractor shall not pay less than the "prevailing rate of wage" for an hour's work in the same trade or occupation in the locality within the State of Washington where such labor is performed, as determined by the Industrial Statistician of the Department of Labor and Industries of the State of Washington, which "prevailing rates of wage" are attached hereto as Exhibit "H" and incorporated herein by this reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates, which are in effect on the date when the bids, proposals, or quotes were required to be submitted to the City. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; and (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 12.3 Reporting Requirements. Contractor shall comply with all reporting requirements of the Department of Labor and Industries of the State of Washington. Upon the execution of this Contract, Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with the Department of Labor and Industries. Upon completion of the Work, Contractor shall complete and file an Affidavit of Wages Paid with the Department of Labor and Industries. Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the Affidavit of Wages Paid, certified by the Department of Labor and Industries, to the City. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, or fail to pay for any materials or any insurance premiums, the City may terminate this Contract and/or the Rev 4/17 — 9 - City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or insurance premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor, shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and /or the City may deduct its costs from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. Rev 4/17 — 10 — 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of Rev 4/17 — 11 — possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91 -54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. [Signature Page Follows] Rev 4/17 — 12 - APPROVED AS TO FORM: ,'a/ J. Ryan Call, City Attorney WOODLA ► ! DUSTRIE By: CITY OF FEDERAL WAY: , Presidents 10715 66th Ave E Puyallup, WA 98373 (253) 770 -9663 "rrell, Ma or 33325 8th Avenue South Federal Way, WA 98003 -6325 ATTEST: h,. ie Courtney, CMC, C L CONTRACTING, INC.: lerk STATE OF WASHINGTON ) ss. COUNTY OF /7 (&? ) On this day personally appeared before me Lee Rogers, to me known to be the President of Woodland Industries General Contracting, Inc. that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this (9 day of S 'iembGr , 201 "g- Rev 4/17 SARAH PERSSON Notary Public State of Washington MY Appointment Expires Oct 31, 2020 (typed /printed name o notary) Notary Public in and for the State of Washington. My commission expires /0/3 /lam, - 13 - EXHIBIT "A" SCOPE OF WORK Contractor shall demolish and completely remove six structures and the contents inside the structures at 36818 8t' Ave S as outlined in the specifications included in the Request for Quotes (RFQ). A location map is included as Exhibit A -1 and a map of the structure locations is shown in Exhibit A -2. All material shall be properly disposed off -site. Prior to demolition, asbestos containing materials (ACM) in the pump house shall be properly abated and disposed, and any lead waste stream requirements shall be followed. Contractor shall decommission three on -site underground storage tanks: one diesel fuel tank, one cooking fuel tank, and a septic tank. The tanks are also shown on Exhibit A -2 and must be properly decommissioned with corresponding agency approval prior to substantial completion of the project. Contractor shall cap and abandon the existing private drinking well. All work shall be performed in compliance with applicable City, County, State, and Federal codes, regulations and requirements. All utilities shall be disconnected and capped under the supervision and in accordance with utility company requirements. The contractor shall take any necessary steps to control dust during demolition and removal. The contractor shall furnish the disposal site for all demolition materials and provide the City with receipts certifying proper disposal and Contractor shall pay all costs. A current City business license and state prevailing wage rate reporting will be required. The project is not expected to require a right -of -way permit or traffic control. The City will coordinate and obtain the City demolition permit and Puget Sound Clean Air Agency notifications, and the Contractor shall coordinate and obtain King County and State of Washington agency decommissioning inspections for the underground tanks and well. A representative for the City will be on -site during tank decommissioning to document the process, and prepare a closeout report. Rev 4/17 — 14 - Exhibit A -1 Y Location Map • 500 1 .000 2,000 Feet 1ST ST E Approximate Location of Pump House 36818 8th Ave S Federal Way Exhibit A -2 Structures Map} Single Family House Sewer Access Approximate Location of Farm Fuel UST /AST Kitchen Fuel UST Kitchen Fuel UST 0 25 50 100 . Feet Cistern Building 1 Shop Shed N PROJECT NUMBER EXHIBIT "B" CONTRACT CHANGE ORDER AGREEMENT CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ❑ Yes ❑No ❑ Yes ❑No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM TOTAL NET CONTRACT: QTY. UNIT PRICE ADD OR DELETE INCREASE $ DECREASE $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ CONTRACTOR'S SIGNATURE DATE DIRECTOR'S SIGNATURE DATE Rev 4/17 - 15 - ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $ ❑ DECREASED $ PAY THIS ADJUSTED AMOUNT: $ DIRECTOR'S SIGNATURE DATE Rev 4/17 — 16 - EXHIBIT "C" CONTRACTOR'S RETAINAGE AGREEMENT City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 -6325 253- 835 -7000 Bid/Contract Number IDENTIFICATION AND DESCRIPTION Project Title aii2 r 5 ` Contractor `� (��.rN9 Representative LQ_g c1 l Bid No. Date "13'11- Administering Department City Representative,ONl .), Funding Source Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions to invest S4fiot to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contractor: By: Address: Fed ID #: Contact Person: Date: Title: CITY APPROVAL Approval of Investment Program and Retainage Agreement CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: Phone: Est. Completion Date: Finance Director I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on Rev 4/17 — 17 — I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) Rev 4/17 — 18 — EXHIBIT "D" RETAINAGE BOND TO CITY OF FEDERAL WAY DEMOLITION OF STRUCTURES AT 36818 8TH AVE S KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Woodland Industries General Contracting, Inc., as principal ( "Principal "), and , a Corporation organized and existing under the laws of the State of , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ( "Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ( "City ") in the penal sum of: Two Thousand Four Hundred Twenty- Five Dollars & No /100 ($2,425.00) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the Demolition of Structures at 36818 8th Ave S Project, which contract is incorporated herein by this reference ( "Contract "), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of Forty-Eight Thousand Five Hundred and 00 /100 Dollars ($48,500.00); and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty -five percent (25 %) of the original amount of this bond without consent of the Surety. Rev 4/17 - 19 - Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this day of 20, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CORPORATE SEAL: PRINCIPAL By: Lee Rogers, President 10715 66`h Ave E Puyallup, WA 98373 CORPORATE SEAL: SURETY By: Attorney -in -Fact (Attach Power of Attorney) Title: Address: Rev 4/17 — 20 - CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that Lee Rogers, who signed the said bond on behalf of the Principal, was President of said Corporation; that I know his signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that , who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary APPROVED AS TO FORM: J. Ryan Call, City Attorney Rev 4/17 - 21 - TO: EXHIBIT "E" NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT (Name of Union or Organization) The undersigned currently holds contract(s) with 8- 1:0C)Dmj UV ' involving funds or credit of the City of Federal Way, Washington, or (a) subcontracts) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: Tony Doucette, SWM Engineer City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Rev 4/17 — 22 - ail `t to w 9 g113 (Contractor or bcon cr) Dat EXHIBIT "F" CERTIFICATE OF INSURANCE Rev 4/17 — 23 - • 2 ACORD,„ CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/20/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CONTACT Debbie Winston NAME: PHONE 800 499 -0933 FAX No : 866 577 -1326 (A /C, No, Ext): (A/C, ) E -MAIL debbie.winston@propelinsurance.com ADDRESS: �p r0 p INSURER(S) AFFORDING COVERAGE NAIC /t Crum & Forster S ecial Insura INSURER A : p tY 44520 INSURED Woodland Industries General Contracting Inc 10715 66th Avenue E. Puyallup, WA 98373 INSURER B : Pioneer Specialty Insurance Com 40312 INSURER C : 03/04/2018 INSURER D : $1,000,000 INSURER E : $50,000 INSURER F : • REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM /DDY/YEYYY) (MM /DDY/YEYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X EPK116090 03/04/2017 03/04/2018 EACH OCCURRENCE $1,000,000 PREMISES(kaolccurence) $50,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $5,000 X BI /PD Ded:5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES PRO- JECT PER LOC PRODUCTS - COMP /OPAGG $2,000,000 B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON -OWNED AUTOS X X CPP113570501 03/04/2017 03/04/2018 (E° aBcideDtj INGLE LIMIT $1,000,000 $ BODILY INJURY (Per person) BODILY INJURY (Per accident) $ DAMAGE (Perr accident) $ $ A x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X EFX107051 03/04/2017 03/04/2018 EACH OCCURRENCE $2,000,000 $2,000,000 $ AGGREGATE DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N / A EPK116090 03/04/2017 03/04/2018 STATUTE X ERH E.L. EACH ACCIDENT $1,000,000 $1,000,000 $1,000,000 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT B A Leased Rented Equipment Pollution Liabili CPP113570701 EPK116090 03/04/2017 03/04/2017 03/04/2018 03/04/2018 $200,000 Limit $500 Deductible $1,000,000 Occ. Limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 36818 8th Ave S, Federal Way, WA. The City of Federal Way, is named as an additional insured per the attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Ave S Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) 1 of 1 #S2861030/M2861025 © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DWOO This page has been left blank intentionally. Crum. Forster part of the FAIRFAX group THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AGGREGATE LIMITS OF INSURANCE PER PROJECT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Under the Common Provisions, Section IV — LIMITS OF INSURANCE AND DEDUCTIBLE, item 3. is amended by the addition of the following: The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0301 -0211 Page 1 of 1 This page has been left blank intentionally. Cru `" ors ter par[ of the FAIRFAX group THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Person(s) or Organization(s): Location And Description Of Completed Operations Where Required by Written Contract Where Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section III — Who Is An Insured within the Common Provisions is amended to include as an insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard ". EN0320 -0211 Page 1 of 1 This page has been left blank intentionally. Crum Forster part of the I?AIRFAX group THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDED WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART ONSITE CLEANUP COVERAGE PART SCHEDULE Name of Person(s) or Organization(s) Where Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. SECTION VI — COMMON CONDITIONS, item 17. Transfer Of Rights of Recovery Against Others To Us within the Common Provisions is amended by the addition of the following: Solely as respects the person(s) or organization(s) indicated in the Schedule shown above, we waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for "damages" arising out of your ongoing operations or "your work" performed under a written contract with that person(s) or organization(s) and included in the "products - completed operations hazard ". However, this waiver shall not apply to "damages" resulting from the sole negligence of the person(s) or organization(s) indicated in the Schedule shown above. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0109 -0211 Page 1 of 1 This page has been left blank intentionally. Cru $orster part of the FAIRFAX group THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON - CONTRIBUTORY ADDITIONAL INSURED WITH WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s) Where Required by Written Contract A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but solely with respect to "claims" caused in whole or in part, by "your work" for that person or organization performed by you, or by those acting on your behalf. This insurance shall be primary and non - contributory, but only in the event of a named insured's sole negligence. B. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for "damages" arising out of your work" performed under a designated project or contract with that person(s) or organization(s). C. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any "claim" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0118 -0211 Page 1 of 1 This page has been left blank intentionally. WN CA 27 06 16 BUSINESS AUTO ENHANCEMENT ENDORSEMENT The Business Auto Enhancement Endorsement is an optional endorsement that provides coverage enhancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is provided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Accidental Airbag Deployment Coverage 4 Auto Loan /Lease Gap Coverage 4 Blanket Additional Insured 2 Blanket Waiver of Subrogation 5 Broadened Definition of Insured includes: Newly Acquired Organizations for up to 180 Days 2 Employees as Insureds 2 Subsidiaries in Which You Own 50% or More 2 Deductible Waiver for Glass Repair 3 Employee Hired Auto 2, 5 Fellow Employee Coverage 3 Hired Auto Physical Damage Coverage 4 Knowledge of Accident, Claim, Suit or Loss 5 Loss Of Use Expenses - Amended 3 Personal Effects 3 Rental Reimbursement Coverage 4 Supplementary Payments - Amended: Bail Bonds up to $5,000 2 Loss of Earnings up to $500 /Day 2 Transportation Expense Limits — Amended 3 Unintentional Failure to Disclose Hazards 5 WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 5 WN CA 27 06 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BUSINESS AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form modified by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this will be amended as shown below. SECTION II — COVERED AUTOS LIABILITY COVERAGE AMENDMENTS A. Who Is An Insured SECTION II — COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured is amended to add: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form However, "insured" does not include any subsidiary of yours that is an "insured" under any other automobile liability policy, or would be an "insured" under such policy but for termination of such policy or the exhaustion on such policy's limits of insurance. e. Any organization which is newly acquired or formed by you and over which you maintain majority ownership. However, coverage under this provision: (1) is afforded only for the first 180 days after you acquire or form the organization or until the end of the policy period, whichever comes first; (2) does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization; (3) does not apply to any newly acquired or formed organization that is a joint venture or partnership; and (4) does not apply to an "insured" under any other automobile liability policy, or would be an "insured" under such a policy but for termination of such policy or the exhaustion of such policy's limits of insurance. f. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. WN CA 27 06 16 Includes copyrighted material of Insurance g. apply unless endorsement Any "employee" of yours is an "insured" while operating a covered "auto" hired or rented under a contract or agreement in the "employee's" name, with your permission, while performing duties related to the conduct of your business. B. Blanket Additional Insured SECTION II — COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, paragraph c. is amended to add the following: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that persons or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. Liability Coverage Extensions — Supplementary Payments SECTION II — COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 2. Coverage Extensions, a. Supplementary Payments is amended by replacing subparagraphs (2) and (4) with the following: (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. Services Office, Inc., with its permission. Page 2 of 5 D. Fellow Employee Coverage SECTION II — COVERED AUTOS LIABILITY COVERAGE, B. Exclusions, 5. Fellow Employee, the following is added: Co- Employee Lawsuit Defense Cost Reimbursement If a suit seeking damages for "bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business, or a suit seeking damages brought by the spouse, child, parent, brother or sister of that fellow "employee ", is brought against you, we will reimburse reasonable costs that you incur in the defense of such matters. Any reimbursement made pursuant to this sub - section will be in addition to the limits of liability set forth in the Declarations. SECTION III — PHYSICAL DAMAGE COVERAGE AMENDMENTS A. Transportation Expense — Limits Amended SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses is amended by replacing $20 per day /$600 maximum limit with $50 per day /$1000 maximum. B. Hired Auto Physical Damage — Loss Of Use Expenses — Limits Amended SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, b. Loss of Use Expenses is amended by replacing the $20 per day /$600 maximum limit with $50 per day /$750 maximum limit. C. Personal Effects Coverage SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions is amended by adding the following: c. Personal Effects We will pay up to $500 for "loss" to personal effects, which are: (1) Owned by an "insured "; and (2) In or on your covered "auto." This coverage applies only in the event of the total theft of your covered "auto." No deductible applies to this coverage D. Glass Repair — Deductible Waiver SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 3. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles, is amended by adding the following: No deductible will apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. E. Hired Auto Physical Damage SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage is amended by adding the following: 5. Hired Auto Physical Damage If hired "autos" are covered "autos" for Liability Coverage and if Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this coverage form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire of like kind and use, subject to the following: a. The most we will pay for any one "loss" is $50,000 or the actual cash value or cost to repair or replace, whichever is less, minus a deductible; b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. Any Comprehensive deductible does not apply to "loss" caused by fire or lightening; c. Hired Auto Physical Damage coverage is excess over any other collectible insurance; and d. Subject to the above limit, deductible and excess provisions we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. If a limit for Hired Auto Physical Damage is indicated in the Declarations, then that limit replaces, and is not added to, the $50,000 limit indicated above. WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 5 F. Rental Reimbursement SECTION III — PHYSICAL DAMAGE COVERAGE A. Coverage, is amended by adding the following: 6. Rental Reimbursement This coverage applies only to a covered "auto" of the private passenger or light truck type as follows: a. We will pay for rental reimbursement expenses incurred by you for the rental of a private passenger or Tight truck type "auto" because of "loss" to a covered private passenger or light truck type "auto ". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered private passenger or light truck type "auto." No deductibles apply to this coverage. b. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (1) The number of days reasonably required to repair or replace the covered private passenger or light truck type "auto ". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered private passenger or light truck type "auto" and return it to you; or (2) 30 days. c. Our payment is limited to the lesser of the following amounts: (1) Necessary and actual expenses incurred, or (2) $50 per day, up to a $1,000. d. This coverage does not apply while there are spare or reserve private passenger or light truck type "autos" available to you for your operations. e. If "loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions. For the purposes of this Rental Reimbursement coverage, Tight truck is defined as a truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as the maximum loaded weight the auto is designed to carry. WN CA 27 06 16 Includes copyrighted material of Insurance maximum of G. Accidental Airbag Deployment Coverage SECTION 111 — PHYSICAL DAMAGE COVERAGE, A. Coverage is amended by adding the following: 7. Accidental Airbag Deployment Coverage We will pay to reset or replace factory installed airbag(s) in any covered "auto" for accidental discharge, other than discharge due to a collision loss. This coverage is applicable only if comprehensive coverage applies to the covered "auto ". This coverage is excess over any other collectible insurance or reimbursement by manufacturer's warranty. H. Auto Loan /Lease Gap Coverage SECTION III PHYSICAL DAMAGE COVERAGE, Item A., Coverage, is amended by adding the following: 8. Auto Loan /Lease Gap Coverage This coverage applies only to a covered "auto" described or designated in the Schedule or in the Declarations as including physical damage coverage. In the event of a covered total "loss" to a covered "auto" described or designated in the Schedule or in the Declarations, we will pay any unpaid amount due on the lease or loan for a covered "auto" less: a. The amount paid under the Physical Damage Coverage Section on the policy; and b. Any: (1) Overdue lease /loan payments at the time of the "loss "; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. Services Office, Inc., with its permission. Page 4 of 5 SECTION IV — BUSINESS AUTO CONDITIONS AMENDMENTS A. Duties In The Event Of Accident, Claim, Suit Or Loss Amended SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, a. is amended by adding the following: This condition applies only when the "accident" or "loss" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; or (4) A member or manager, if you are a limited liability company. But, this section does not amend the provisions relating to notification of police, protection or examination of the property which was subject to the "loss ". B. Blanket Waiver of Subrogation Section IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us, is amended by adding the following exception: However, we waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss ", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. C. Unintentional Failure to Disclose Hazards SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepresentation Or Fraud, is amended by adding the following paragraph: If you unintentionally fail to disclose any hazards existing at the inception date of the policy, or during the policy period in connection with any additional hazards, we will not deny coverage under this Coverage Part because of such failure. D. Employee Hired Auto SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, paragraph b. is deleted and replace by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be a covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow. (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto ". WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 5 This page has been left blank intentionally. EXHIBIT "G" CITY OF FEDERAL WAY PERFORMANCE /PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: Bond No. 023040352 We, the undersigned Woodland Industries General Contracting, Inc., ( "Principal ") andThe Ohio Casualty Insurance Company the undersigned corporation organized and existing under the laws of the State of New Hampt.hire and legally doing business in the State of Washington as a surety ( "Surety "), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ( "City") in the penal sum of Forty -Eight Thousand Five Hundred Dollars and no! 100 ($48,500.00) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. G The Principal has entered into an Agreement with the City dated 6 , 20 17 for Demolition of Structures at 36818 8th Ave S. NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty -five percent (25 %) of the original amount of this bond without the consent of the Surety. Within forty -five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shalt first complete participation in mediation, described in the below paragraph, prior to any interplead action. Rev 4/17 — 24 — In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the mediation. DATED this 19th day of September 2017 . CORPORATE SEAL OF PRINCIPAL: - PRINCIPAL Woodland Industries General Contracting Inc. By: Lee`' gers, President 10715 66th Ave E Puyallup, WA 98373 (253) 770-9663 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that Lee Rogers, who signed the said bond on behalf of the Principal, was President of the said Corporation; that I know his signature thereto is genuine, and that said bond w• duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. tEAEAL OF SURETY: •,"ft .'I / J. Ryan Call, City Rev 4/17 - 25 - etary of sistant Secretary SURETY The Ohio Casualt nsurance Compny Attorney -in -Fact Heather L. Allen (Attach Power of Attorney) Heather L Allen (Name or Person Executing Bend) 1001 4th Ave Suite 3700, Seattle. WA 98154 (Address) (206) 473 - 3788 (Phone) THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Pooker of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No, 7806496 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Marques; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter J. Comfort all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 16th day of June , 2017 , STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West mericann Insurance Company By: David M. Care • Assistant Secretary On this 16th day of June 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA (! Notarial Seal Teresa Pastella, Notary Public Upper Merlon Twp., Montgomery County My Commission Expires March 28, 2021 Member. Pennsylvania Association of Notaries 4 /GZIi��CX.Cac� Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact. subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIU - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys -in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. / ��, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixelj.M 41s ompan this / 7 day of �qY INSu, �, 1NSUgq P�rNSUq' U�J�.4- °a!'turAr�, 9Zn 1 oprnrWr :1 F .` *c. °avoaa eafet4t....4 • o1991 y� a Av L� 'YAMd .i SAi 11U 4 ' `..N(rIPNP '.. •�• rrrr.u.r,.• ' LMS_12873_022017 Renee C. Llew- ' ssistant Secretary 672 of 800 Rev 4/17 EXHIBIT "H" PREVAILING RATE OF WAGE (SEE ATTACHED) - 26 - State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/14/2017 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1H King Boilermakers Journey Leveli 1C King Brick Mason Journey Level 11011911011011111111 ] King Brick Mason Pointer - Caulker - Cleaner King Building Service Employees Janitor $22.84® $23.29 ®® 2F OM 1 King 'Building Service Employees Traveling Waxer /Shampooer King ;Building Service Employees Window Cleaner (Non Scaffold) $24.54 King 'Building Service Employees Window Cleaner (Scaffold) $27.33 King Cabinet Makers (In Shop) Journey Level $22.74 King ;Carpenters Acoustical Worker $55.51 5D 4C El 4C King Carpenters Bridge, Dock And Wharf Carpenters $55.51 5D King 'Carpenters Carpenter $55.51 5D King Carpenters Carpenters on Stationary Tools $55.64 5D King Carpenters Creosoted Material . 5D 4C King Carpenters Floor Finisher 5D King {Carpenters Floor Layer $55.51 5D King Carpenters Scaffold Erector $55.51 5D 4C King ;Cement Masons Journey Level $55.56 1 King 'Divers Et Tenders Diver $108.77 5D ME 8A King IDivers Et Tenders Diver On Standby $66.05 5D King ;Divers Et Tenders Diver Tender _ 5D MEM King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D King j Divers a Tenders Surface Rcv a Rov Operator Tender $55.76 5A King 'Dredge Workers Assistant Engineer $56.44 5D King Dredge Workers Assistant Mate (Deckhand) $56.00 5D King Dredge Workers Boatmen 5D King Dredge Workers Engineer Welder $57.51 5D King Dredge Workers Leverman, Hydraulic $58.67 5D King Dredge_Workers 5D 3F King Dredge Workers Oiler $56.00 5D King Drywall Applicator Journey Level $55.51 5D King TDrywall Tapers Journey Level $55.66 5P King 'Electrical Fixture Maintenance Workers Journey Level Cable Splicer $27.99 573.20 ® 7C nal 1E 4E King (Electricians - Inside King Electricians Inside Cable Splicer (tunnel) Certified Welder $78.59 $70.75 IIMEIMIIIIMIll $38.69 King Electricians - Inside King Electricians-inside Certified Welder (tunnel) King Electricians - Inside Construction Stock Person King ;Electricians - In_side Journey Level Journey Level (tunnel) $68.30 $73.20 4E 4E King Electricians - Inside �� _ _ _ King 'Electricians - Motor Shop Craftsman King 'Electricians - Motor Shop Journey Level $14.69_ King Electricians - Powerline Construction Cable Splicer $73.93 5A 4D King Electricians - Powerline Construction Certified Line Welder $67.60 5A 4D King Electricians - Powerline Construction Groundperson $45.49 5A 4D King Electricians - Powerline Construction Heavy Line Equipment Operator Journey Level Lineperson Line Equipment Operator $67.60 $67.60 $57.02 5A 5A 4D 4D 4D King King Electricians - Powerline Construction Electricians - Powerline Construction King Electricians - Powerline Construction Pole Sprayer $67.60 5A 4D King Electricians - Powerline Construction Powderperson Journey Level $50.76 $31.00_ 5A 7D 4D 4A King Electronic Technicians King Elevator Constructors King Elevator Constructors Mechanic In Charge $92.35 $17.20 7D 56 4A 31 1Y King Fabricated Precast Concrete Products All Classifications. - In- Factory Work Only King Fence Erectors Fence Erector $15.18r!� $38.36 1111223111111631111 King Flaggers Journey Level Journey Level King Glaziers King Heat & Frost Insulators And Asbestos Journeyman Journey Level Journey Level Journey Level $65.68® ���i� $46.66 $11.00_ 7A 4H 1 Workers King Heating Equipment Mechanics King Hod Carriers Mason Tenders & King Industrial Power Vacuum Cleaner King Inland Boatmen Boat Operator Cook Deckhand Deckhand Engineer $59.86 $56.18 $56.18 $57.26 5B 5B 1K 1K 1K 1K King Inland Boatmen King Inland Boatmen King Inland Boatmen King Inland Boatmen Launch Operator Mate $58.59 1111= $11.48- $24.91 5B 1K 1 1 King Inland Boatmen King Inspection /Cleaning /Sealing Of Sewer & Cleaner Operator, Foamer Operator Grout Truck Operator Head Operator Water Systems By Remote Control King Inspection /Cleaning /Sealing Of Sewer & Water 5 tems By Remote Control King Inspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Seating Of Sewer & Technician Water Systems By Remote Control King Inspection /Cleaning /Sealing Of Sewer & Tv Truck Operator 520.45 Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 $45.25= $46.66 $45.25 7N 7A 7A 10 31 King Laborers Air, Gas Or Electric Vibrating Screed King Laborers Airtrac Drill Operator King Laborers Ballast Regular Machine King Laborers Batch Weighman IIMEE 7A 31 King Laborers King Laborers Brush Hog Feeder � $45.25 7A 31 31 King Laborers King Laborers Burner Caisson Worker $46.66 $45.25 $45.25 7A 7A 31 Mill 31 Mill 31 King Laborers King Laborers Carpenter Tender Caulker King Laborers King Laborers Cement Dumper - paving 546.09 IMMERMINCIM 7A 7A King Laborers Cement Finisher Tender King Laborers Change House Or Dry Shack King Laborers Chipping Gun (under 30 Lbs.) 545.25 7A King Laborers Chipping Gun(30 Lbs. And Over) $46.09 7A =� 7A 31 MIll 31 King Laborers Choker Setter $45.25 King Laborers Chuck Tender $45.25 King Laborers Clary Power Spreader $46.09 King Laborers Clean -up Laborer , 7A 31 King Laborers Concrete Dumper /chute Operator $46.09 7A 31 King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers Concrete Saw Operator /core Driller $46.09 7A 31 King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer 7A 31 King Laborers Demolition: Wrecking Et Moving (incl. ® 7A 31 Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver 546.66 7A 31 King Laborers Drill Operator (hydraulic,diamond) $46.09 7A 31 King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 31 King Laborers Erosion Control Worker $45.25 31 King Laborers Faller Et Bucker Chain Saw $46.09 31 King Laborers Fine Graders 31 King Laborers CEEN11111.1.111111111111M 7■ 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 31 King Laborers Grade Checker ft Transit Person 31 King Laborers Grinders EWE 7A 31 King Laborers Grout Machine Tender ME 7A 31 King Laborers Groutmen (pressure)including Post Tension $46.09 31 Beams King Laborers Guardrail Erector 31 King Laborers Hazardous Waste Worker (level A) __ ___ __ 31 King Laborers Hazardous Waste Worker (level B) $46.09 7A 31 King Laborers Hazardous Waste Worker (level C) $45.25 7A 31 King Laborers ��� 31 King Laborers $46.09 31 King . Laborers Laserbeam Op erator $46.09 7A 31 King Laborers Maintenance Person 1111M 31 King Laborers Manhole Builder - mudman $46.09 31 King Laborers Material Yard Person $45.25 31 King Laborers Motorman -dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, Green Cutter $46.09 7A 31 When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $46.09 31 King Laborers Pilot Car IN= 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer /tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 31 King Laborers Pipe Reliner $46.09 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman 31 King Laborers Powderman's Helper INICIEU 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66= 31 King Laborers Re- timberman $46.66 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger /signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 IMEBMIMME1111 $46.0911101111101111 111113212111M1111M1111 $46.09® $45.25 7A� 7A 31 King Laborers Scale Person King Laborers Roper (over 201 King Laborers Sloper Sprayer King Laborers Spreader (concrete) King Laborers Stake Hopper King Laborers Stock Piler $45.25 King Laborers Tamper Et Similar Electric, Air & Gas Operated Tools $46.09 7A King Laborers Tamper (multiple & Self - propelled) $46.09 7A 31 King Laborers Timber Person - Sewer (lagger, Shorer Et Cribber) $46.09 7A 31 King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer Track Liner (power) Traffic Control Laborer , $46.09 $41 .02; -�'® 31 31 ® 8R 8R King Laborers King Laborers King Laborers Traffic Control Supervisor $41.02 King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator Tunnel Work- Compressed Mr Worker 0 -30 psi $46.09 ® $88.15® $91.83 ®® 7A 31 Ell 31 iig N, /IQ 8N King Laborers King Laborers Tunnel Work- Compressed Air Worker 30.01 -44.00 psi King Laborers Tunnel Work- Compressed Air Worker 44.01 -54.00 psi King Laborers Tunnel Work- Compressed Air Worker 54.01 -60.00 psi $97.53 7A King Laborers Tunnel Work - Compressed Air Worker 60.01 -64.00 psi EN 7A 31 SQ King Laborers Tunnel Work- Compressed Air Worker 64.01 -68.00 psi $104.75 7A ® s S N I King Laborers Tunnel Work- Compressed Air Worker 68.01 -70.00 psi $106.65 ®® =111 King Laborers Tunnel Work- Compressed Air Worker 70.01 -72.00 psi $108.65 King Laborers Tunnel Work - Compressed Air Worker 72.01 -74.00 psi $110.65 King Laborers Tunnel Work -Guage and Lock Tender $46.76 >3 King Laborers Tunnel Work -Miner $46.76 31 8N King Laborers Vibrator $46.09 31 King Laborers $34.86 $34.86 $46.09 31 31 31 King Laborers �� Welder King Laborers King Laborers Well Point Laborer $46.09' 31 King Laborers Window Washer /cleaner $34.86 $45.25�� $46.09® illrjEIMIMIMIIIIIIWIM $28.17 King Laborers - Underground Sewer Et Water General Laborer Et Topman King Laborers - Underground Sewer & Water Pipe Layer Irrigation Or Lawn Sprinkler Installers Landscape Equipment Operators Or Truck Drivers King Landscape Construction King Landscape Construction King Landscape Construction Landscaping or Planting Laborers $17.87 INEMI 1 King Journey Level ME 5D 1111EZEI- $15.86 $11.00 $13.04_ King Marble Setters Journey Level Fitter Laborer Machine Operator King Metal Fabrication In Sho. King Metal Fabrication In Sho• King Metal Fabrication (In Shop) King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56_ $11.56 $11.56111111111M. $11.56_ $11.00_ $11.56 $11.56 1 mil 3C 3C ® 3C King Modular Buildings Electrician King Modular Buildings Equipment Maintenance King Modular Buildings Plumber King Modular Buildings Production Worker King Modular Buildings Tool Maintenance King Modular Buildings Utility Person Welder King Modular Buildings King Painters Journey Level $40.60 6Z King Pile Driver Journey Level $55.76 5D 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P King Plasterers Journey Level $53.20 $11.00111111111111111 $76.69w $58.69 $55.21 ® $55.21 7Z ®® mn 7A King Pta -round Et Park Equipment Installers Journey Level King Plumbers Et Pi•efitters Journey Level King Power E.ui.ment Operators Asphalt Plant Operators King Power E.uipment °aerators Assistant Engineer King Power Ewi. ment Operators Barrier Machine (zipper) King Power Equipment Operators Batch Plant Operator, Concrete King Power Equipment Operators Bobcat King Power Equipment °aerators Brokk - Remote Demolition Equipment Brooms Bump Cutter $55.21 ®ORIM 558.17 $58.69® $58.17 King Power Equipment Operators King Power Equipment Operators King Power Equipment aerators Cableways King Power Equipment Operators Chipper King Power E.uipment Operators Compressor $55.21 7A King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M 3C 8P King Power E. ui a ment 0aerators Concrete Finish Machine -laser Screed Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. Mal 1111® 7A 1111 ® 3C 8P 8P 8P 8P 8P 8P King Power Equipment Operators King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 King Power Equipment Oaerators Conveyors Cranes Friction: 200 tons and over Cranes: 20 Tons Through 44 Tons With Attachments $57.72 $60.47 King Power Equipment aerators King Power Equipment Operators King Power Egujpment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 MIN= $60.47 $58.69 111allarel 3C 7A 3C 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $55.21 IMIMMEMIMIIIM $57.72= $58.17 $58.17 $58.69® $57.7211=1.11= $57.72 King Power Equipment aerators Cranes: Friction cranes through 199 tons King Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons King Power Equipment Operators Crusher Deck Engineer /deck Winches (power) King Power Equipment Operators King Power Equipment Operators Derricks, On Building Work King Power Equipment Operators Dozers D -9 Et Under King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount King Power Equipment aerators Drilling Machine MEW. 3C 8P King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $58.17 7A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments 7A 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc IIMEll 3C 8P King Power Equipment Operators Gradechecker /stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. a Over $58.69 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $58.17 ® 3C 3C 8P King Power Equipment Operators Horizontal /directional Drill Locator Horizontal /directional Drill Operator IMME $58.17 7A 8P 8P King Power Equipment Operators King Power Equpment Operators Hydralifts /boom Trucks Over 10 Tons $57.72 7A 3C 8P King Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And Under Loader, Overhead 8 Yards. & Over MN $59.28 $58.69 7A ®® 7A 7A 3C 3C ® 3C 3C 8P 8P 8P 8P 8P 8P King Power Equipment Operators King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards Loaders, Plant Feed Loaders: Elevating Type Belt $58.17 $58.17 $57.72 King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 8P King Power Equipment Operators Motor Patrol Graders $58.69 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $58.69 7A 3C 111E1 3C IM ® MI 3C 3C 3C 3C ® 3C 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $55.21 7A King Power Equipment Operators Outside Hoists (elevators And Manlifts), Airy Tuggers,strato $57.72 7A King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $59.28 7A King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A King Power Equipment Operators Pavement Breaker Pile Driver (other Than Crane Mount) Plant Oiler - Asphalt, Crusher Posthole Digger, Mechanical 11111111 INEThaimmoi MEM $55.21 7A 7A == 7A King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators Power Plant $55.21 King Power Equipment Operators Pumps - Water $55.21 King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom 7A King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment Rigger And Bellman $58.69 $55.21 11111 Iliral 3C 8P 8P 8P King Power Equipment Operators King Power Equipment Operators Rigger /Signal Person, Bellman (Certified) $57.72 7A King Power Equipment Operators Rollagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $57.72 3C 3C 8P 8P King Power Equipment Operators Roto -mill, Roto - grinder $58.17 7A ® 8P 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P King Power Equipment Operators Scrapers - Concrete a Carry All $57.72 7A 3C 8P King Power Equipment Operators Scrapers, Self - propelled: 45 Yards And Over 558.69 7A 3C 8P King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete /gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons 559.28 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons 559.88 7A 3C 8P King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider a Screedman $58.69 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators 557.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175 In Height Base To Boom $59.28 7A 3C 8P King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A 3C 8P King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler /driver - 100 Tons And Over $58.17 7A 3C 8P King Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons 557.72 7A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor 558.17 7A 3C 8P King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type 555.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Underground Asphalt Plant Operators $58.69 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Assistant Engineer $55.21 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Barrier Machine (zipper) $58.17 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Batch Plant Operator, Concrete $58.17 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Bobcat $55.21 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Brooms 555.21 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Bump Cutter $58.17 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Cableways $58.69 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Chipper 558.17 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Compressor 555.21 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Conveyors $57.72 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Cranes Friction: 200 tons and over $60.47 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Crusher $58.17 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Deck Engineer /deck Winches (power) $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Derricks, On Building Work $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Dozers D -9 Et Under $57.72 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Drilling Machine $59.28 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Finishing Machine, Bidwell And Gamaco Et Similar Equipment Forklift: 3000 Lbs And Over With Attachments Forklifts: Under 3000 Lbs. With Attachments $57.72 $55.21 7A 7A 3C 3C 3C 8P 8P 8P Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Gradechecker /stakeman 3C 8P Sewer & Water King Power Equipment Operators- Underground Guardrail Punch $58.17 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Horizontal /directional Drill Locator $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Horizontal /directional Drill Operator $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Hydralifts /boom Trucks Over 10 Tons $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Hydralifts /boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Loaders, Plant Feed $58.17 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Loaders: Elevating Type Belt $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Locomotives, All $58.17 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Material Transfer Device $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Motor Patrol Graders $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $58.69 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Sewer_ft Water King Power Equipment Operators- Underground Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Pavement Breaker $55.21 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Posthole Digger, Mechanical $55.21 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Power Plant $55.21 7A 3C 8P Sewer a Water King Power Equipment Operators- Underground Pumps - Water $55.21 7A 3C 8P Sewer Et Water King Power Equipment Operators- Underground Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P wer & Water King �Se Power Equipment Operators- Underground Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Rigger And Bellman $55.21 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Rigger /Signal Person, Bellman (Certified) ( $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Rollagon $58.69 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Roller, Other Than Plant Mix $55.21 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Roto -mill, Roto - grinder ( $58.17 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Saws - Concrete $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Sewer. & Water King Power Equipment Operators- Underground Scrapers - Concrete & Carry All $57.72 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Scrapers, Self - propelled: 45 Yards And Over Service Engineers - Equipment Shotcrete /gunite Equipment $58.69 $57.72® $55.21 7A 3C 3C 3C 8P 8P 8P Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 $58.69® $58.17 7A 3C 3C 8P 8P 8P Sewer & Water King Power Equipment Operators- Underground Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C En 3C 8P 8P 8P 8P 8P 8P Sewer Et Water King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.69= IIMINIIMI �� 7A Sewer & Water King Power Equipment Operators- Underground Slipform Pavers Sewer & Water King Power Equipment Operators- Underground Spreader, Topsider & Screedman Sewer & Water King Power Equipment Operators- Underground Subgrader Trimmer Tower Bucket Elevators Sewer Et Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Tower Crane Up To 175' In Height Base To Boom 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Sewer & Water King Power Equipment Operators- Underground Tower Cranes: over 250' in height from base to boom Transporters, All Track Or Truck Type Trenching Machines Truck Crane Oiler /driver - 100 Tons And Over $60.47® IN $57.72 $58.17 7A 7A ®® 7A 7A 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Truck Crane Oiler /driver Under 100 Tons $57.72 Sewer & Water King King Power Equipment Operators- Underground Truck Mount Portable Conveyor Welder Wheel Tractors, Farmall Type $58.17 $58.69 $55.21.1 Sewer & Water Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Yo Yo Pay Dozer MEM $48.54 == 3C 4A 4A 1M 1 8P Sewer & Water King Power Line Clearance Tree Trimmers Journey Level In Charge King Power Line Clearance Tree Trimmers Spra Person $46.03 $48.54=1. $43.32 $32.68n= $75.36 111EZEIWIll $28.20_ King Power Line Clearance Tree Trimmers Tree Equipment Operator Tree Trimmer King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson King Refri•eration & Air Conditionin• Mechanics Journey Level King Residential Brick Mason Journey Level Journey Level King Residential Carpenters King Residential Cement Masons Journey Level��� King Residential Drywall Applicators Journey Level it .' 5D $55.66110111111M $30.44IMIMIIIMMIII $39.40 S26.28MM King Residential Drywall Tapers Journey Level King Residential Electricians Journey Level King Residential Glaziers Journey Level Journey Level Residential Insulation A..ticators King Residential Laborers Journey Level $23.03 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level Journey Level $24.46_ $34.69 1 1 King Residential Plumbers a Pipefitters King Residential Refrigeration & Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $45.99 7F 1R King Residential Soft Floor La ers Journey Levet $45.86 5A ®® 5A 3D 1M 1 3H King Residential Sprinkler Fitters (Fire Journey Level $44.98 $54.32111311111MIN $50.26 $21.46__ ���� $50.51 Protection) King Residential Stone Masons Journey Level King Residential Terrazzo Workers Journey Level Journey Level Journey Level King Residential Terrazzo /Tile Finishers King Residential Tile Setters King Roofers Journey Level King Roofers Using Irritable Bituminous Materials King Sheet Metal Workers Journey Level (Field or Shop) $75.46® 1 E King Shi.buildin • Et Shi. Re. air Boilermaker Carpenter ISEE® $41.06������ $41.09 $41.081111011111 $41.03MEM. $41.05® S41.05 IIIMIMMIN 7T .1 4B 4B King Shi.buildim Et Shi Re. air King Shi.buildin• & Shi. Repair Electrician King Shi.buildin• & Shi. Repair Heat & Frost InsulatorIIIIIMIIIMIMI Laborer King Shi.buildin- & Ship Repair King Shi•buitdin• Et Shi. Repair Machinist King Shi.buitdin• & Shi. Repair Operator King Shipbuilding & Ship Repair Painter Pipefitter King Shipbuilding & Ship Repair King Shipbuilding & Ship Repair • • - Sheet Metal Shipfitter $41.04 $41.12 7T 4B 4B King Shipbuilding & Ship Repair King Shipbuilding & Ship Repair King Shi.buildin• � Shi. Repair Trucker $41.26 7T $41.02.n =E® _ $27.28 $33.25 $45.86 iral,alliallini $72.89 $13.23 1111,111111=. $19.09.111111�1 $57.72 �� $58.69 7A 4B 1 111MI - 3D ® 111=11 8P 8P 8P King King Shi•buitdin• & Shi. Repair Warehouse Shi.buildin• & Shi. Repair Welder /Burner King Si-n Makers & Installers Electrical rennalall 0222,11111312 Sign Installer 4�m _ -._._. Sign Maker Journey Level King Si • n.Makers & Installers Electrical King Si.n Makers & Installers Non - Electrical King Si•n Makers & Installers Non - Electrical King Soft Floor La ers King Solar Controls For Windows Journey Level King Sprinkler Fitters Fire Protection Journey Level King Sta•e Ri••in• Mechanics Non Structural Journey Level King Stone Masons Journey Level King Street And Parkin. Lot Sweeper Workers Journey Level King Surveyors Assistant Construction Site Surveyor Chainman Construction Site Surveyor King Surveyors King Surveyors King Telecommunication Technicians Journey Level Cable Splicer $22.76 $38.84 King King Telephone Line Construction - Outside Telephone Line Construction - Outside Hole Digger /Ground Person Installer (Repairer) Special Aparatus Installer I $21.45 $37.2111rall 2B $38.84 5A 2B $38.031Eln $38.84 $36.09 5A 2B $36.09 2B $20.33 King Telephone Line Construction - Outside King Telephone Line Construction - Outside King King ~ _ Telephone Line Construction - Outside Special Apparatus Installer II Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) King Telephone Line Construction - Outside Telephone Equipment Operator (Light) Telephone Lineperson Television Groundperson King Telephone Line Construction - Outside King King __ Line Construction - Outside Tele•h•n- in- .n tip - • t i.- Television Lineperson /Installer $27.21 IMEMINIMMIll King Telephone Line Construction - Outside Television System Technician King Telephone Line Construction - Outside Television Technician $29.18 5A 2B King Telephone Line Construction - Outside Tree Trimmer $36.09 5A 2B King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King _ Tile Marble a Terrazzo Finishers Finisher $41.09 5A 1B King Traffic Control Stripers Journey Level $44.85 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA -Joint Council 28) $52.70 5D Ell 8L King Truck Drivers Asphalt Mix To 16 Yards (W. WA -Joint Council 28) $51.86 5D Ell 8L King Truck Drivers Dump Truck ft Trailer $52.70 5D 8L King Truck Drivers Dump Truck (W. WA -Joint Council 28) 5D 3A 8L King Truck Drivers Other Trucks (W. WA -Joint Council 28) Transit Mixer Irrigation Pump Installer $52.70 $43.23 $17.71 5D 3A Em 1 1 8L King Truck Drivers King Well Drillers ft Irrigation Pum. Installers King Well Drillers ft Irri•ation Pum. Installers Oiler Well Driller $12.97 $18.00 King Well Drillers ft Irrigation Pump Installers EXHIBIT "I" TITLE VI ASSURANCES During the performance of this contract, the contractor /consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non - discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non - discrimination The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Sub - contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance In the event of the contractor's non - compliance with the non - discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be appropriate, including, but not limited to: Withholding of payments to the contractor under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of the contract, in whole or in part Rev 4/17 — 27 - 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub - contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub - contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub - contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. Rev 4/17 — 28 — EXHIBIT J COMPENSATION Item # Description UNIT QTY Unit Price Total 1 Mobilization LS 1 $ 1,000.00 $ 1,000.00 2 Asbestos abatement & proper disposal LS 1 $ 2,500.00 $ 2,500.00 3 Decommission diesel fuel underground storage tank LS 1 $ 3,000.00 $ 3,000.00 4 Decommission cooking oil underground storage tank LS 1 $ 1,500.00 $ 1,500.00 5 Decommission private well LS 1 $ 2,500.00 $ 2,500.00 6 Demolish house and cistern building LS 1 $ 13,500.00 $ 13,500.00 7 Demolish barn, sheds and pump house LS 1 $ 6,000.00 $ 6,000.00 8 Decommission septic tank LS 1 $ 1,000.00 $ 1,000.00 9 Contaminated soil removal TN 30 250.00 $ 7,500.00 10 Unexpected site conditions FA $ 10,000.00 $ 10,000.00 Total id items include sales tax) Total $ 48,500.00 Rev 4/17 — 29 —