Loading...
AG 19-017 RETURN TO: EXT: AUTUMN GRESSETT 6914 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT./DIV: PRCS/PAEC 2. ORIGINATING STAFF PERSON: AUTUMN GRESSETT EXT: 6914 3. DATE REQ.BY:ASAP 4. TYPE OF DOCUMENT(CHECK ONE): O CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ 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 m m O OTHER AG#19-017 CHANGEORDER#2 S. PROJECT NAME: PERFORMING ARTS AND EVENT CENTER EXTERIOR BUILDING SIGNAGE 6. NAME OF CONTRACTOR: GRAPHIC HOUSE,INC ADDRESS: TELEPHONE...................... 7.1.58 89108... �. 400 SOUTH 72ND AVE,WAUSAU,WI 54401 LEPHONE 4 108 E-MAIL:BREN@GRAPHICHOUSEINC,COM FAX: SIGNATURE. ............................---- -- --- - ................._.............._. _....--- -._................................ RE NAME: TITLE 7. EXHIBITS AND ATTACHMENTS:O SCOPE,WORK OR SERVICES O COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS 8. TERM: COMMENCEMENT DATE: COMPLETION DATE: 9. TOTAL COMPEN SATI ON$750.00-103,154 70=103,904.70 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ONHOURLY...LABOR'CR".........�EA ARG -ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE:❑YES ONO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED ❑YES R NO IF YES,$ PAID BY:❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO; 10. DOCUMENT/CONTRACT REVIEW 1NI IAL/&.IM ",,1'�E:V1BVED INITIAL/DATE APPROVED o PROJECT MANAGER AG 617/2019 ❑ DIRECTOR _. -, ,,,,,,,,,,,,,,,,,,,,,,,,,,- ❑ RISK MANAGEMENT (IF APPLICABLE) _.....------. ............ ❑ LAW 11. COUNCILAPPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: _ COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE RECD: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATI ON DATE (Include dept.support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.) INITIAL/DATE SIGNED ❑ LAW DEPARTMENT _ C,f SIGNATORY(MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG# Cps . ❑ SIGNED COPY RETURNED DATE SENT: COMMENTS: L'2018 EXHIBIT"B" CONTRACT CHANGE ORDER AGREEMENT AG#19-017 2 05/31/2019 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pedb a iirc ,Arts Event Center Exterior Signage Graphic House,Inc. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: I 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 a not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes®No If"Yes"Will the Policies Be Extended? ❑Yes❑No PRICE CHANGE LUMP SUM: INCREASE$750.00 DECREASE$ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE 1 Laser Routed Numbers I ADD m..,.�.. .. ....�..._................. On silver rnetal laanel for monument si fi TOTAL NET CONTRACT: INCREASE$_750.00 DECREASE$ 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 $ 101,198.90 PREVIOUS CHANGE ORDERS $ 1,955.80 THIS CHANGE ORDER $J750. 00 *ADJUSTMENTS $ _ WCONT.RACTAMOUNT $_j(1-1.904,10 CONT CT0R'S SJ NATUREm DATE t I"C1R .r ATURE DATE Rev 4/17 -20- I I RETURN TO: EXT: AUTUMN GRESSETT 6914 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT./DIV: PRCS/PAEC 2. ORIGINATING STAFF PERSON: AUTUMN GRESSETT EXT: 6914 3. DATE REQ.BY:ASAP 4. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL • OTHER AG#19-017 CHANGEORDER#1 5. PROJECT NAME: PAEEEXTERIOR SIGNAGE 6. NAME OF CONTRACTOR: GRAPHIC HOUSE,INC ADDRESS: 400 SOUTH 72ND AVE,WAUSAU,WI 54401 TELEPHONE 7158489108 E-MAIL:BREN@GRAPHICHOUSEINC.COM FAX: SIGNATURE NAME: TITLE 7. EXHIBITS AND ATTACHMENTS:O SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS 8. TERM: COMMENCEMENT DATE: COMPLETION DATE: 9. TOTAL COMPENSATION$'1955.80 k kdt11,q,$.00� z 103 , VD-1•-76 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE:❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED ❑YES 0 NO IF YES,$ PAID BY:❑CONTRACTOR❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED ! PROJECT MANAGER AG 5/6/2019 ❑ DIRECTOR ❑ RISK MANAGEMENT (IFAPPLICABLE) Sy'v//� ❑ LAW 11. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (Include dept.support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.) INITIAL/DATE SIGNED ❑ LAW DEPARTMENT ❑ SIGNATORY(MAYOR OR DIRECTOR) ❑ CITY CLERK ❑ ASSIGNED AG# AG# «— "(A ❑ SIGNED COPY RETURNED DATE SENT: 5. 2,19 COMMENTS: 1/2018 EXHIBIT"B" CONTRACT CHANGE ORDER AGREEMENT 1 AG # 19-017 1 4/30/2019 ► PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DAVE Performing Arts and Event Center Exterior Signage Graphic House, Inc. PROJECT TITLE CONTRACTOR SUMMARY OP PROPOSED CHANGES; The time provided for completion in the Contract is ►: Unchanged 0 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? 0 Yes I]No If"Yes"WI II the Policies Be Extended? 0 Yes❑No PRICE CHANGE LUMP SUM: INCREASE$ 1,955.80 DECREASE$ UNIT PRICE:$1,478.00 for Photo Eye addition to all lit signage, $300.00 upgrade of power supply from 11 Ov to 277v for monument sign.$177.80 for taxes. THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. ' UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE$ 1,955.80 DECREASE • STATEMENT; Payment for the above workwill be in accordance with applicable portions of the standard specjications,and with the understanding that all materials, worlananshfp 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 $101,198.90 PREVIOUS CHANGE ORDERS $ — THIS CHANGE ORDER S t 955.80 *ADJUSTIVI NTS — NEWIACT AMOUNT $103.154.70 co ,' . CTO''S SIGNATURE DATE s74hi • rR'S SIG TURE DATE Rev 4117 - 20 - 1 i 1 I I RETURN TO: EXT: AUTUMN GRESSETT 6914 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT./DIV: PRCS/PAEC 2. ORIGINATING STAFF PERSON: AUTUMN GRESSETTEXT: 6914 3. DATE REQ.BY:ASAP 4. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ® SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER 5. PROJECT NAME: PAEC EXTERIOR BUILDING SIGNAGE 6. NAME OF CONTRACTOR: GRAPHIC HOUSE,INC ADDRESS: 400 SOUTH 72ND AVE,WAUSAU,WI 54401 TELEPHONE 800-472-0402 E-MAIL:JASPERH@GRAPHICHOUSEINC.COM FAX:715-848-9108 SIGNATURE NAME: TITLE CONTRACT SPECIALIST/NATIONAL SALES MANAGER 7. EXHIBITS AND ATTACHMENTS:O SCOPE,WORK OR SERVICES 10 COMPENSATION O INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS 8. TERM: COMMENCEMENT DATE: MARCH 1sT,2019 COMPLETION DATE: JUNE 30TH,2019 9. TOTAL COMPENSATION$101,198.90 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE:❑YES ❑O NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED O YES ❑NO IF YES,$9199.90 PAID BY:O CONTRACTOR❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑O RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED O PURCHASING: PLEASE CHARGE TO: 15-5$00-1‘5 -558- - 30 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED • PROJECT MANAGER AG/2/25/2019 ❑ DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) ❑ LAW ER 2/25/2019 11. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: 1/22/2019 SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 2/5/2019 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS O CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (Include dept.support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.) INITIAL/DATE SIGNED ❑ LAW DEPARTMENT ER Si. J 20 t 9 L7"SIGNATORY(MAYOR DIRECTO � I2//1.I,S► ❑ CITY CLERK '���,y, / /1 .21 Z'/ I ASSIGNED AG# AG I0-Oil SIGNED COPY RETURNED DATE SENT: 1,--1 1O\ COMMENTS: 1/2018 SMALL PUBLIC WORKS CONTRACT FOR PERFORMING ARTS AND EVENT CENTER EXTERIOR SIGNAGE This small public works contract ("Contract") is dated effective this 1st day of March, 2019 and is made byand between the Cityof Federal Way, a Washington municipal corporation ("City"or"Owner"),and Graphic House, Inc, a Wisconsin Corporation("Contractor"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work at 31510 Pete von Reichbauer Way 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 l.IDescription 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 Performing Arts and Event Center Exterior Signage project, in Exhibit "A" attached hereto and incorporated by this reference, ("Work"), and in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Request for Proposal, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Quote Sheet, Contractor' 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," 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 30th day of June, 2019. 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 administration, inspection, and supervision. It is impractical for the City to calculate the actual Rev 4/17 - 1 - 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 the written notice required above, as the case may be, submit to the City a written statement Rev 4/17 — 2 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 30th day of June, 2019, 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. Rev 4/17 — 3 - 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor a fixed fee equal to One Hundred One Thousand One Hundred Ninety-Eight and 90/100 Dollars($101,198.90),which amount 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,retion> 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:Autumn Gressett Parks 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 full or that they are, in the Department's opinion, readily collectible without recourse to the Rev 4/17 — 4 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 with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death, products liability and property damage. Rev 4/17 — 6 - (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. 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 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 Rev 4/17 — 7 — 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 One Hundred Fifty Thousand Dollars ($150,000.00), the City may, in lieu of a bond, retain ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW,whichever is later. 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, all unsafe places at or near the Work for the protection signals and other safeguards at barricades, g public, safepassageways at all road crossings, crosswalks, street of its employees and the g intersections, post danger signs warning against known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all water, sewer, gas, steam or other pipes or conduits,and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. Rev 4/17 — 8 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, required to be submitted which are in effect on the date when the bids, proposals, or quotes were re q 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 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. Rev 4/17 — 9 — 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. 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 Rev 4/17 — 10 — 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 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. Rev 4/17 — 11 — 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 with the laws of the State of Washington. interpreted in accordance g 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 i 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 if or otherwise affect in convenience of reference onlyand shall not be deemed to modify 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. [signatures to follow] Rev 4/17 — 12 — i CITY OF FEDERAL WAY: Ferrell,Mayor 3325 8th Avenue South Federal Way, WA 98003-6325 APPROVED AS TO FORM: ATTEST: mr / 9 / ' yan Call, ity Attorney S Mh.nie Courtney,CMC ty Clerk Rev 4/17 — 13 — GRAPHIC HOUSE, INC.: /, By: /Vee-r7/,,,� /L6,_.f'2 Its: C/i)el folezne.e. g,2,0 &eke" Pr ye- 74, ,xc.s cre-c ' / S"51YD/ (Address) 7(3- 9V2— CZ (Phone) STATE OF WISCONSIN ) ) ss. COUNTY OF MARATHON) ``--�� �i On this day personally appeared before me V1/zz�.. yae,. L /ee_ , to me known to be the tip,/ F,-nzeope of lr✓�d�i:e.ileieue,-4-44 C.. 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/she 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 .2X4" day of re.6 uu✓y . 20�. ‘,. '4,2 x....- (,)„.4--,-e(Lk_ ' L.-e«« Po ‘A-c, _ (typed/printed name of notary) Notary Public in and for the State of Wisconsin. My commission expires I I 7 /0-0 = EXHIBIT "A" SCOPE OF WORK Rev 4/17 - 15 - 2xg o ; mit iNt � i W + "� f. ! �� ci8g 12 5 l4t, 401, 1•49 •xa6� - p3 .i w AlNN g ..,r..,a sem `it i 6�i y g IR ala A u , 2,2 1f zfl ti es c l 11U z t� �[n) =age 4 'Iv F 22 IN 3 �, 11111 va max r g, 4 4111:11 : '� S a w'p '7M E. ,yf �wsa ^Y gi3�}g s : rmwN '7.'4 p w;R F bpi .$ y°` '>m rn. Rev 4/17 - 16 - /';',', ,. P a 18 : ,a, r til g Z i s _..__ n— p 1 � ow Y fl' a9s Lir �f tali asp \� .u'" ,iii-g3 � t ` QN`d ►—� I, ' ..r. %iys 1 : V) • ,a sem, a . x 4 r d b Q 'fit `+` Y' k w S ‘o' z pE -- III i I II .,,, X1121 _m i.;; W E LU0 ills Q i 11 Z. 0_, ffi iir,0 loti. fig p @ n o ,....... pi ,,,,,,,,-'41,• ,4 ,'',, �� � k ice. El, "fir, 1 1 ii sA >= " 3Y'. Rev 4/17 - 17 - A it-_ ,ga ;:i11. 3 T,':' w 0 �� a ` • Z '� X C a = gigi _�W g 5'/i i 33 hd Y j �yY J'�f F ''@M,_ ,iPJ alid .sxm ilg � ------ `41111 1EMI z 44 am �, U 12 � viii w^ d I g Pes N m 7� 5 ...c =� &-.1. • �'} [iii ; ... 'sem ai ao' E pA g — ,, , tea' Rev 4/17 — 18 — 3P uv ii'v -ga y+ wyy .' /yJ gg (9 L Q a 11/ d! Z d (?cie ::- = Zg 4 L QAC) aI 5 Ix Irna g5 7sX� 8 .. i €ear l i d r Z 1 Z cx ce b4QHH . xL� � �'- u j— wU 4 7.5 LLN t !111-1- '' Hf__'_. o + s 2 Ili! U M 1=e0 `m r- E R wasp jk2 a `9— n rc b h a a ei¢ e s y 9 Rev 4/17 - 19 - EXHIBIT "B" CONTRACT CHANGE ORDER AGREEMENT PROJECT NUMBER 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? ❑Yes❑No If"Yes"Will the Policies Be Extended? ❑ Yes❑No PRICE CHANGE LUMP SUM: INCREASE$ DECREASE$ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE$ DECREASE$ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ CONTRACTOR'S SIGNATURE DATE OIRtelgt1 SIOSACM DATE Rev 4/17 - 20 - ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑INCREASED $ ❑DECREASED $ PAY THIS ADJUSTED AMOUNT: $ D _" `MR'S I "."E DATE Rev 4/17 - 21 - EXHIBIT "C" CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: Performing Arts and Event Center Exterior Signage Contractor: Graphic House, Inc. GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City. 2. All Investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: XOption 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate"City of Federal Way Retainage Bank Acceptance Agreement" upon contract award.The City will provide the agreement to the Contractor if this option is selected. ❑ Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have "City WayConstruction Retainage Escrow escrow account holder execute a separate City of Federal g Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval, The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. 10 Option 4: Contractor shall submit a"Retainage Bond"on City-provided form (Exhibit D of this Agreement). Co actor Signature Date -22 - Rev 4/17 This Page Intentionally Left Blank - 23 - Rev 4/17 • i EXHIBIT "D" RETAINAGE BOND TO CITY OF FEDERAL WAY (INSERT PROJECT TITLE HERE) KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, ,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: ($ ) 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 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$ ;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 24 - • 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: Title: Address: CORPORATE SEAL: SURETY By: Attorney-in-Fact (Attach Power of Attorney) Title: Address: Rev 4/17 - 25 - • 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 , who signed the said bond on behalf of the Principal, was of 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 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 - 26 - • EXHIBIT "E" NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: G`f-�I� ��GG45e' J . 1 G . (Name of Union or Organization) The undersigned currently holds contract(s) withC�i f e/i 'a/4�jj involving funds or credit of the City of Federal Way, Washit� on, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to,the following: EMPLOYMENT, UPGRADING,TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s)and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 / �frace_ C�✓ /GALre, C. (Contracfor or subcontractor) �— Date Rev 4/17 — 27 - e EXHIBIT "F" CERTIFICATE OF INSURANCE Rev 4/17 - 28 - ------*". • • GRAPH-1 OP ID:SG ACOROw DATE(MM/DD/YYYY) 4R CERTIFICATE OF LIABILITY INSURANCE 03/01/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 715-693-0100 COONTACT Stephanie Gruling Compass Insurance Services Inc PHONE 715-693-0100 I FAx 715-693-0150 1205 Cedar Rd (Alc,No,Ext): (AIC,No): Kronenwetter,WI 54455 At URESS:stephanie.gruling©compassinsurance.net John Guerndt INSURER(S)AFFORDING COVERAGE NAIC S INSURER A:Acuity 14184 INSURED INSURER B: Graphic House Inc. Bren&Beth Hartinger INSURER C: 9204 Packer Drive Wausau,WI 54401 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD INVD (MM/DDIYYYYI (MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY1,000,000 EACH OCCURRENCE $ CLAIMS-MADE X OCCUR X X04299 11/01/2018 11/01/2019 pIFMISES(OEeoccu ental $ 200,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY X JE CT X LOC PRODUCTS-COMP/OP AGG _$ 2,000,000 OTHER: Emp Ben. $ 1,000,000 COMBINED SINGLE LIMIT 1,000,000 A AUTOMOBILE LIABILITY (Ea accident) $ X ANY AUTO X04299 11/01/2018 11/01/2019 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOSBODILYBODILY INJURY(Per accident) $ AUTOS ONLY - AUTOS ONLY PROPERTY DAMAGE (Per t) $ $ A UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 8,000,000 X EXCESS LIAB CLAIMS-MADE X04299 11/01/2018 11/01/2019 AGGREGATE $ 8,000,000 DED RETENTION$ $ A AND EMPRKERS LOYOERS'PENSATIUABILOITY N X STATUTE FOR TH ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N X04299 11/01/2018 11/01/2019 E.L.EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 100,000 If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Installation Fltr X04299 11/01/2018 11/01/2019 Limit 100,000 Ded 250 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The City of Federal Way,its officers,officials,employees,volunteers and agents shall each be named as additional insured with respects to general liability.Coverage is primary and noncontributory. CERTIFICATE HOLDER CANCELLATION FEDE-01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Federal Way 33325 8th Ave South AUTHORIZED REPRESENTATIVE Federal Way,WA 98003 John Guerndt I ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • • EXHIBIT "G" CITY OF FEDERAL WAY PERFORMANCE/PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: We,the undersigned Graphic House, Inc. ,("Principal")and NGM Insurance Company ,the undersigned corporation organized and existing under the laws of the State of Florida 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 One Hundred One Thousand One Hundred Ninety Eight and 90n99ollars and no/100($ 101,198.90 ) 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. The Principal has entered into an Agreement with the City dated March 1 , 2019 for Performing Arts and Event Center Exterior Signage NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within Agreement, time period prescribed by the City, or within such extensions of time as may be granted under the g reement , 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 shall first complete participation in mediation,described in the below paragraph,prior to any interplead action. Rev 4/17 — 29 - • • 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 1st day of March 2019 . CORPORATE SEAL OF PRINCIPAL: PRINCIPAL By: Its: C EO 9204 Packer Drive (Address) Wausau,WI 54401 (715)842-0402 (Phone) CERTIFICATE AS TO CORPORATE SEAL I hereAy certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond;that } - •� .-Z ,who signed the said bond on behalf of the Principal,was Lls'D of the said Corporation; that I know his or her signature thereto is genuine, and that se.'. '.nd was duly signed, sealed,and attested for and in behalf of said Corporation by authority of its gove 'i'. .ody. �! ecretary of Assistari ecretary CORPORATE SEAL OF SURETY: SURETY By: orney-in-Fact Attach Power of Attorney) Jason Enders (Name of Person Executing Bond) 55 West Street (Address) Keene,NH 03431 (608)410-3505 (Phone) APP VED AS TO FORM: Per- J.Ryan Call,City Attorney Rev 4/17 — 30 - r ^ter, 1 .....044010 * 41) biL° J NGM INSURANCF COMP POWER OF ATTORNEY A member of The Mau,Street America Group 06- 0302226 0 KNOW ALL MEN BY THESE PRESENTS:That NOM InsuranceCompany,a Florida corporation having its principal office in the City of Jacksonville, State of Florida,pursuant to Article IV, Section 2 of the By-Laws of said Company,to wit: "Article N, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys-in-fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, 'contracts of indemnity or writings obligatory in the nature of a bond,recognizance or conditional undertaking and to remove any such attorneys-in-fact at any time and revoke the power and authority given to them. " does hereby make,constitute and appoint Gary W Alexander,Jason Enders,Mark S llloffmann,Tony McFall, Samuel G Tobis --- its its true and lawful Attorneys-in-fact,to make,execute,seal and deliver for and on its behalf,and as its act and deed,bonds, undertakings,recognizances,contracts of indemnity,or other writings obligatory m nature of a bond subject to the following limitation: 1. No one bond to exceed Seven Million Dollars ($7,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company;the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held'on the 2nd day of December 1977.` Voted: That the signature of any officer authorized by the By-Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking,recognizance or other written obligation in the nature thereof; such signature and seal,when so used being hereby adopted by the company as the original signature of such office and the original seal of the company,to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF,NGM Insurance Company has caused these presents to be signed by its Vice President, General Counsel and Secretary and its corporate seal to be hereto affixed this 8th day of January,2016. ActNGM INSURANCE COMPANY By: 6 p-_' g �* i z 1923 a Bruce R Fox Vice President,General Atom*. Counsel and Secretary State of Florida, County of Duval. On this January 8,2016,before the subscriber a Notary Public of State of Florida in and for the County of Duval duly commissioned and qualified,came Bruce R Fox of NGM Insurance Company,to me personally known to be the officer described herein, and who executed the preceding instrument,and he acknowledged the execution of same,and being by me fully sworn,deposed and said that he is an officer of said Company,aforesaid:thatthe seal affixed,to the preceding instrument is the corporate seal of said Company,and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrtuncnt by the authority and direction of thelsaid Company;that Article IV,Section 2 of the By:Laws of said Company is now in force. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal at Jacksonville,Florida this 8th day of January, 2016- T.eh«AnneLOlpa c::: ..) I,Nancy Giordano-Ramos,Vice President of NGM Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. 1N ITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Company at Jacksonville,Florida this S _day of- a;tr- ,.- 20I`�t 1�J, . '`- WARNING:Any unauthorized reproduction or alteration'of this document is prohibited_ 041,44 TO CONFIRM VALIDITY of the attached bond please call 1-500-225-5546, TO SUBMIT A CLAIM:Send all correspondence to 55 West Street,Keene,NH 03431 Attn:Bond Claims. ,SENSITIVESAF S� eo DocuGard#04546 contains a security pantograph,dine background,heat-seosttrve irk,coin-reactive watermark,and microtext printing on border. '''''',9)- °"` EXHIBIT "H" PREVAILING RATE OF WAGE (SEE ATTACHED). County Trade Job Classification Wage Holiday Overtime Notes King Asbestos Abatement Journey Level $46.57 5D 1H Workers King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Building Service Employees Janitor $24.63 5S 2F King Building Service Employees Traveling $25.08 55 2F Waxer/Shampooer King Building Service Employees Window Cleaner(Non- $28.13 5S 2F Scaffold) King Building Service Employees Window Cleaner $29.03 5S 2F 1 (Scaffold) King Cabinet Makers(In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf $60.04 5D 4C Carpenters King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary $60.17 5D 4C Tools � King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers&Tenders Bell/Vehicle or $113.60 5D 4C Submersible Operator (Not Under Pressure) King Divers&Tenders Dive Supervisor/Master $76.33 5D 4C King Divers&Tenders Diver $113.60 5D 4C 8V King Divers&Tenders Diver On Standby $71.33 5D 4C King Divers&Tenders Diver Tender $64.71 5D 4C King Divers&Tenders Manifold Operator $64.71 5D 4C King Divers&Tenders Manifold Operator $69.71 5D 4C Mixed Gas King Divers&Tenders Remote Operated $64.71 5D 4C Vehicle Rev 4/17 - 31 - Operator/Technician King Divers&Tenders Remote Operated $60.29 5A 4C Vehicle Tender _ King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate $56.00 5D 3F (Deckhand) King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers s Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 SD 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $58.48 5D 1H King Drywall Tapers Journey Level $59.32 SP 1E King Electrical Fixture Journey Level $28.99 5L 1E Maintenance Workers King Electricians- Inside Cable Splicer $77.51 7C 4E King Electricians- Inside Cable Splicer(tunnel) $82.84 7C 4E King Electricians- Inside Certified Welder $74.90 7C 4E King Electricians- Inside Certified Welder(tunnel) $80.37 7C 4E King Electricians- Inside Construction Stock $39.69 7C 4E Person _ King Electricians-Inside Journey Level $72.30 7C 4E King Electricians- Inside Journey Level (tunnel) $77.51 7C 4E King Electricians-Motor Shop Journey Level $45.08 5A 1B King Electricians-Powerline Cable Splicer $79.43 5A 4D Construction King Electricians-Powerline Certified Line Welder $69.75 5A 4D Construction King Electricians-Powerline Ground person $46.28 5A 4D Construction King Electricians- Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator King Electricians-Powerline Journey Level Lineperson $69.75 5A 4D Construction King Electricians-Powerline Line Equipment $59.01 5A 4D Construction Operator King Electricians- Powerline Meter Installer $46.28 5A 4D 8W Construction King Electricians-Powerline Pole Sprayer $69.75 5A 4D Construction King Electricians-Powerline Powderperson $52.20 5A 4D Construction King Electronic Technicians Journey Level $48.06 7E 1E King Elevator Constructors Mechanic $91.24 7D 4A Rev 4/17 - 32 - King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast All Classifications- In- $17.72 5B 1R Concrete Products Factory Work Only King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Flaggers Journey Level $41.45 7A 31 King Glaziers Journey Level $63.06 7L 1Y King Heat&Frost Insulators And Journeyman $73.58 Si 4H Asbestos Workers King Heating Equipment Journey Level $82.51 7F 1E Mechanics King Hod Carriers& Mason Journey Level $50.42 7A 31 Tenders King Industrial Power Vacuum Journey Level $12.00 1 Cleaner King Inland Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King Inland Boatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 58 1K King Inland Boatmen Launch Operator $58.89 5B 1K King Inland Boatmen Mate $57.31 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, $31.49 1 Of Sewer&Water Systems Foamer Operator By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $12.00 1 Of Sewer&Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer&Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer&Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer&Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $69.28 7N 10 King Laborers Air, Gas Or Electric $48.90 7A 31 -Vibrating Screed King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 Rev 4/17 - 33 - King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry $48.90 7A 31 Shack King Laborers Chipping Gun (under 30 $48.90 7A 31 Lbs.) King Laborers Chipping Gun(30 Lbs. $49.81 7A 31 And Over) King Laborers Choker Setter $48.90 7A 31 1 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute $49.81 7A 31 Operator King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement $49.81 7A 31 Crew King Laborers Concrete Saw $49.81 7A 31 Operator/core Driller King Laborers Crusher Feeder $41.45 7A 31 •King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition:Wrecking& $48.90 7A 31 Moving(incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator $49.81 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller& Bucker Chain $49.81 7A 31 Saw King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 King Laborers Form Setter $48.90 7A 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 Rev 4/17 - 34 - King Laborers Grade Checker&Transit $50.42 7A 31 Person King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen $49.81 7A 31 (pressure)including Post Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste $50.42 7A 31 Worker(level A) King Laborers Hazardous Waste $49.81 7A 31 Worker(level B) King Laborers Hazardous Waste $48.90 7A 31 Worker(level C) King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 I King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder- $49.81 7A 31 mudman King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky $49.81 7A 31 Locomotive _ I1 King Laborers Nozzleman (concrete $49.81 7A 31 Pump,Green Cutter When Using Combination Of High Pressure Air&Water On Concrete& Rock, Sandblast,Gunite, - Shotcrete,Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 I King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 1 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller- $49.81 7A 31 Power Rev 4/17 - 35 - King Laborers Raker-Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King Laborers Remote Equipment $49.81 7A 31 Operator King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper(over 20)" $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader(concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers Tamper&Similar $49.81 7A 31 Electric,Air&Gas Operated Tools King Laborers Tamper(multiple&Self- $49.81 7A 31 propelled) King Laborers Timber Person-Sewer $49.81 7A 31 (lagger,Shorer& Cribber) King Laborers Toolroom Person (at $48.90 7A 31 Jobsite) King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner(power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control $44.33 7A 31 8R Supervisor King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work- $107.60 7A 31 8Q Compressed Air Worker 0-30 psi King Laborers Tunnel Work- $112.63 7A 31 8Q Compressed Air Worker 30.01-44.00 psi King Laborers Tunnel Work- $116.31 7A 31 8Q Compressed Air Worker 44.01-54.00 psi _ King Laborers Tunnel Work- $122.01 7A 31 8Q Compressed Air Worker Rev 4/17 - 36 - 54.01-60.00 psi King Laborers Tunnel Work- $124.13 7A 31 8Q Compressed Air Worker 60.01-64.00 psi King Laborers Tunnel Work- $129.23 7A 31 84 Compressed Air Worker 64.01-68.00 psi King Laborers Tunnel Work- $131.13 7A 31 8Q Compressed Air Worker 68.01-70.00 psi _ King Laborers Tunnel Work- $133.13 7A 31 8Q Compressed Air Worker 70.01-72.00 psi King Laborers Tunnel Work- $135.13 7A 31 8Q Compressed Air Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and $50.52 7A 31 8Q Lock Tender King Laborers Tunnel Work-Miner $50.52 7A 31 8Q King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 King Laborers- Underground General Laborer& $48.90 7A 31 Sewer&Water Topman King Laborers- Underground Pipe Layer $49.81 7A 31 Sewer&Water King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $59.49 7A 3C 8P King Lathers Journey Level $58.48 5D 1H King Marble Setters Journey Level $57.32 5A 1M _ King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $12.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $12.00 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $61.54 5D 4C King Modular Buildings Cabinet Assembly $12.00 1 King Modular Buildings Electrician $12.00 1 King Modular Buildings Equipment Maintenance $12.00 1 King Modular Buildings Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 Rev 4/17 - 37 - King Modular Buildings Tool Maintenance $12.00 1 King Modular Buildings Utility Person $12.00 1 King Modular Buildings Welder $12.00 1 King Painters Journey Level $42.50 6Z 2B King Pile Driver Crew Tender $54.99 5D 4C King Pile Driver Hyperbaric Worker- $74.87 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker- $79.87 5D 4C Compressed Air Worker 30.01-44.00 PSI King Pile Driver Hyperbaric Worker- $83.87 5D 4C Compressed Air Worker 44.01-54.00 PSI King Pile Driver Hyperbaric Worker- $88.87 5D 4C Compressed Air Worker 54.01-60.00 PSI King Pile Driver Hyperbaric Worker- $91.37 5D 4C Compressed Air Worker 60.01-64.00 PSI King Pile Driver Hyperbaric Worker- $96.37 5D 4C Compressed Air Worker 64.01-68.00 PSI King Pile Driver Hyperbaric Worker- $98.37 5D 4C Compressed Air Worker 68.01-70.00 PSI King Pile Driver Hyperbaric Worker- $100.37 5D 4C Compressed Air Worker 70.01-72.00 PSI King Pile Driver Hyperbaric Worker- $102.37 5D 4C Compressed Air Worker 72.01-74.00 PSI King Pile Driver Journey Level $60.29 5D 4C King Plasterers Journey Level $56.54 7Q 1R King Playground & Park Journey Level $12.00 1 Equipment Installers King Plumbers& Pipefitters Journey Level $83.69 6Z 1G King Power Equipment Asphalt Plant Operators $60.49 7A 3C 8P Operators King Power Equipment Assistant Engineer $56.90 7A 3C 8P Operators King Power Equipment Barrier Machine (zipper) $59.96 7A 3C 8P Operators King Power Equipment Batch Plant Operator, $59.96 7A 3C 8P Operators Concrete King Power Equipment Bobcat $56.90 7A 3C 8P Rev 4/17 - 38 - Operators King Power Equipment Brokk- Remote $56.90 7A 3C 8P Operators Demolition Equipment King Power Equipment Brooms $56.90 7A 3C 8P Operators King Power Equipment Bump Cutter $59.96 7A 3C 8P Operators King Power Equipment Cableways $60.49 7A 3C 8P Operators King Power Equipment Chipper $59.96 7A 3C 8P Operators King Power Equipment Compressor $56.90 7A 3C 8P Operators King Power Equipment Concrete Pump:Truck $60.49 7A 3C 8P Operators Mount With Boom Attachment Over 42 M King Power Equipment Concrete Finish Machine $56.90 7A 3C 8P Operators -laser Screed King Power Equipment Concrete Pump- $59.49 7A 3C 8P Operators Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Concrete Pump:Truck $59.96 7A 3C 8P Operators Mount With Boom Attachment Up To 42m King Power Equipment Conveyors $59.49 7A 3C 8P Operators • King Power Equipment Cranes Friction: 200 tons $62.33 7A 3C 8P Operators and over King Power Equipment Cranes: 20 Tons $59.96 7A 3C 8P Operators Through 44 Tons With Attachments King Power Equipment Cranes: 100 Tons $61.10 7A 3C 8P Operators Through 199 Tons,Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Cranes: 200 tons-299 $61.72 7A 3C 8P Operators tons, or 250a€TM of boom including jib with attachments King Power Equipment Cranes: 300 tons and $62.33 7A 3C 8P Operators over or 300a€TM of boom including jib with attachments King Power Equipment Cranes:45 Tons Through $60.49 7A 3C 8P Operators 99 Tons, Under 150' Of Boom (including Jib With Rev 4/17 - 39 - Attachments) King Power Equipment Cranes:A-frame- 10 $56.90 7A 3C 8P Operators Tons And Under King Power Equipment Cranes: Friction cranes $61.72 7A 3C 8P Operators through 199 tons King Power Equipment Cranes:Through 19 Tons $59.49 7A 3C 8P Operators With Attachments A- frame Over 10 Tons King Power Equipment Crusher $59.96 7A 3C 8P Operators King Power Equipment Deck Engineer/deck $59.96 7A 3C 8P Operators Winches(power) King Power Equipment Derricks, On Building $60.49 7A 3C 8P Operators Work King Power Equipment Dozers D-9& Under $59.49 7A 3C 8P Operators _ King Power Equipment Drill Oilers:Auger Type, $59.49 7A 3C 8P Operators Truck Or Crane Mount King Power Equipment Drilling Machine $61.10 7A 3C 8P Operators King Power Equipment Elevator And Man-lift: $56.90 7A 3C 8P Operators Permanent And Shaft Type King Power Equipment Finishing Machine, $59.96 7A 3C 8P Operators Bidwell And Gamaco& Similar Equipment King Power Equipment Forklift: 3000 Lbs And $59.49 7A 3C 8P Operators Over With Attachments _ King Power Equipment Forklifts: Under 3000 $56.90 7A 3C 8P Operators Lbs.With Attachments King Power Equipment Grade Engineer: Using $59.96 7A 3C 8P Operators Blue Prints, Cut Sheets, , Etc King Power Equipment Gradechecker/stakeman $56.90 7A 3C 8P Operators King Power Equipment Guardrail Punch $59.96 7A 3C 8P Operators King Power Equipment Hard Tail End Dump $60.49 7A 3C 8P Operators Articulating Off- Road Equipment 45 Yards.& Over King Power Equipment Hard Tail End Dump $59.96 7A 3C 8P Operators Articulating Off-road Equipment Under 45 Yards King Power Equipment Horizontal/directional $59.49 7A 3C 8P Operators Drill Locator Rev 4/17 - 40 - King Power Equipment Horizontal/directional $59.96 7A 3C 8P Operators Drill Operator King Power Equipment Hydralifts/boom Trucks $59.49 7A 3C 8P Operators Over 10 Tons King Power Equipment Hydralifts/boom Trucks, $56.90 7A 3C 8P Operators 10 Tons And Under King Power Equipment Loader,Overhead 8 $61.10 7A 3C 8P Operators Yards. &Over King Power Equipment Loader,Overhead,6 $60.49 7A 3C 8P Operators Yards. But Not Including 8 Yards King Power Equipment Loaders, Overhead $59.96 7A 3C 8P Operators Under 6 Yards King Power Equipment Loaders, Plant Feed $59.96 7A 3C 8P Operators King Power Equipment Loaders: Elevating Type $59.49 7A 3C 8P Operators Belt King Power Equipment Locomotives,All $59.96 7A 3C 8P Operators King Power Equipment Material Transfer Device $59.96 7A 3C 8P Operators King Power Equipment Mechanics,All (leadmen $61.10 7A 3C 8P Operators -$0.50 Per Hour Over Mechanic) King Power Equipment Motor Patrol Graders $60.49 7A 3C 8P Operators King Power Equipment Mucking Machine, Mole, $60.49 7A 3C 8P Operators Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Oil Distributors, Blower $56.90 7A 3C 8P Operators Distribution& Mulch Seeding Operator King Power Equipment Outside Hoists(elevators $59.49 7A 3C 8P Operators And Manlifts),Air Tuggers,strato King Power Equipment Overhead, Bridge Type $59.96 7A 3C 8P Operators Crane: 20 Tons Through 44 Tons King Power Equipment Overhead, Bridge Type: $61.10 7A 3C 8P Operators 100 Tons And Over King Power Equipment Overhead, Bridge Type: $60.49 7A 3C 8P Operators 45 Tons Through 99 Tons King Power Equipment Pavement Breaker $56.90 7A 3C 8P Operators King Power Equipment Pile Driver(other Than $59.96 7A 3C 8P Operators Crane Mount) Rev 4/17 - 41 - King Power Equipment Plant Oiler-Asphalt, $59.49 7A 3C 8P Operators Crusher King Power Equipment Posthole Digger, $56.90 7A 3C 8P Operators Mechanical King Power Equipment Power Plant $56.90 7A 3C 8P Operators King Power Equipment Pumps-Water $56.90 7A 3C 8P Operators King Power Equipment Quad 9, Hd 41, D10 And $60.49 7A 3C 8P Operators Over _ King Power Equipment Quick Tower- No Cab, $56.90 7A 3C 8P Operators Under 100 Feet In Height Based To Boom King Power Equipment Remote Control $60.49 7A 3C 8P Operators Operator On Rubber Tired Earth Moving Equipment King Power Equipment Rigger And Bellman $56.90 7A 3C 8P Operators King Power Equipment Rigger/Signal Person, $59.49 7A 3C 8P Operators Bellman (Certified) King Power Equipment Rollagon $60.49 7A 3C 8P Operators King Power Equipment Roller,Other Than Plant $56.90 7A 3C 8P Operators Mix King Power Equipment Roller, Plant Mix Or $59.49 7A 3C 8P Operators Multi-lift Materials King Power Equipment Roto-mill, Roto-grinder $59.96 7A 3C 8P Operators King Power Equipment Saws-Concrete $59.49 7A 3C 8P Operators King Power Equipment Scraper,Self Propelled $59.96 7A 3C 8P Operators Under 45 Yards King Power Equipment Scrapers-Concrete& $59.49 7A 3C 8P Operators Carry All King Power Equipment Scrapers,Self-propelled: $60.49 7A 3C 8P Operators 45 Yards And Over King Power Equipment Service Engineers- $59.49 7A 3C 8P Operators Equipment King Power Equipment Shotcrete/gunite $56.90 7A 3C 8P Operators Equipment King Power Equipment Shovel, Excavator, $59.49 7A 3C 8P Operators Backhoe,Tractors Under 15 Metric Tons. King Power Equipment Shovel, Excavator, $60.49 7A 3C 8P Operators Backhoe: Over 30 Metric Tons To 50 Metric Tons Rev 4/17 - 42 - King Power Equipment Shovel, Excavator, $59.96 7A 3C 8P Operators Backhoes,Tractors: 15 To 30 Metric Tons King Power Equipment Shovel, Excavator, $61.10 7A 3C 8P Operators Backhoes:Over 50 Metric Tons To 90 Metric Tons King Power Equipment Shovel, Excavator, $61.72 7A 3C 8P Operators Backhoes:Over 90 Metric Tons King Power Equipment Slipform Pavers $60.49 7A 3C 8P Operators King Power Equipment Spreader,Topsider& $60.49 7A 3C 8P Operators Screedman . King Power Equipment Subgrader Trimmer $59.96 7A 3C 8P Operators King Power Equipment Tower Bucket Elevators $59.49 7A 3C 8P Operators King Power Equipment Tower Crane Up To 175' $61.10 7A 3C 8P Operators In Height Base To Boom King Power Equipment Tower Crane: over $61.72 7A 3C 8P Operators 175â€TM through 250a€" in height, base to boom King Power Equipment Tower Cranes:over $62.33 7A 3C 8P Operators 250â€TM in height from base to boom King Power Equipment Transporters,All Track $60.49 7A 3C 8P Operators Or Truck Type King Power Equipment Trenching Machines $59.49 7A 3C 8P Operators King Power Equipment Truck Crane Oiler/driver $59.96 7A 3C 8P Operators - 100 Tons And Over King Power Equipment Truck Crane Oiler/driver $59.49 7A 3C 8P Operators Under 100 Tons King Power Equipment Truck Mount Portable $59.96 7A 3C 8P Operators Conveyor King Power Equipment Welder $60.49 7A 3C 8P Operators King Power Equipment Wheel Tractors, Farmall $56.90 7A 3C 8P Operators Type King Power Equipment Yo Yo Pay Dozer $59.96 7A 3C 8P Operators King Power Equipment Asphalt Plant Operators $60.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Assistant Engineer $56.90 7A 3C 8P Operators- Underground Rev 4/17 - 43 - Sewer&Water King Power Equipment Barrier Machine (zipper) $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Batch Plant Operator, $59.96 7A 3C 8P Operators- Underground Concrete Sewer&Water King Power Equipment Bobcat $56.90 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Brokk- Remote $56.90 7A 3C 8P Operators- Underground Demolition Equipment Sewer&Water King Power Equipment Brooms $56.90 7A 3C 8P Operators- Underground Sewer&Water _ King Power Equipment Bump Cutter $59.96 7A 3C 8P Operators- Underground Sewer&Water _ King Power Equipment Cableways $60.49 7A 3C 8P Operators- Underground Sewer&Water _ _ King Power Equipment Chipper $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Compressor $56.90 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Concrete Pump:Truck $60.49 7A 3C 8P Operators- Underground Mount With Boom Sewer&Water Attachment Over 42 M King Power Equipment Concrete Finish Machine $56.90 7A 3C 8P Operators- Underground -laser Screed Sewer&Water King Power Equipment Concrete Pump- $59.49 7A 3C 8P 1 Operators- Underground Mounted Or Trailer High Sewer&Water Pressure Line Pump, Pump High Pressure. King Power Equipment Concrete Pump:Truck $59.96 7A 3C 8P Operators- Underground Mount With Boom Sewer&Water Attachment Up To 42m King Power Equipment Conveyors $59.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Cranes Friction: 200 tons $62.33 7A 3C 8P Operators- Underground and over Sewer&Water Rev 4/17 - 44 - King Power Equipment Cranes: 20 Tons $59.96 7A 3C 8P Operators- Underground Through 44 Tons With Sewer&Water Attachments King Power Equipment Cranes: 100 Tons $61.10 7A 3C 8P Operators- Underground Through 199 Tons,Or Sewer&Water 150'Of Boom (Including Jib With Attachments) King Power Equipment Cranes: 200 tons-299 $61.72 7A 3C 8P Operators- Underground tons,or 250a€T"of boom Sewer&Water including jib with attachments King Power Equipment Cranes: 300 tons and $62.33 7A 3C 8P Operators- Underground over or 300a€TM of boom Sewer&Water including jib with attachments King Power Equipment Cranes:45 Tons Through $60.49 7A 3C 8P Operators- Underground 99 Tons, Under 150' Of Sewer&Water Boom (including Jib With Attachments) King Power Equipment Cranes: A-frame- 10 $56.90 7A 3C 8P Operators- Underground Tons And Under Sewer&Water King Power Equipment Cranes: Friction cranes $61.72 7A 3C 8P Operators- Underground through 199 tons Sewer&Water King Power Equipment Cranes:Through 19 Tons $59.49 7A 3C 8P Operators- Underground With Attachments A- Sewer&Water frame Over 10 Tons _ _ King Equipment Power E ui ment Crusher $59.96 7A 3C 8P Operators- Underground Sewer&Water _ _ King Power Equipment Deck Engineer/deck $59.96 7A 3C 8P Operators- Underground Winches(power) Sewer&Water King Power Equipment Derricks,On Building $60.49 7A 3C 8P Operators- Underground Work Sewer&Water King Power Equipment Dozers D-9& Under $59.49 7A 3C 8P Operators- Underground Sewer&Water _ King Power Equipment Drill Oilers:Auger Type, $59.49 7A 3C 8P Operators-Underground Truck Or Crane Mount Sewer&Water _ King Power Equipment Drilling Machine $61.10 7A 3C 8P Operators- Underground Sewer&Water . King Power Equipment Elevator And Man-lift: $56.90 7A 3C 8P Rev 4/17 - 45 - Operators-Underground Permanent And Shaft Sewer&Water Type King Power Equipment Finishing Machine, $59.96 7A 3C 8P Operators- Underground Bidwell And Gamaco& Sewer&Water Similar Equipment King Power Equipment Forklift: 3000 Lbs And $59.49 7A 3C 8P Operators- Underground Over With Attachments Sewer&Water King Power Equipment Forklifts: Under 3000 $56.90 7A 3C 8P Operators- Underground Lbs.With Attachments Sewer&Water King Power Equipment Grade Engineer: Using $59.96 7A 3C 8P Operators- Underground Blue Prints,Cut Sheets, Sewer&Water Etc King Power Equipment Gradechecker/stakeman $56.90 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Guardrail Punch $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Hard Tail End Dump $60.49 7A 3C 8P Operators- Underground Articulating Off- Road Sewer&Water Equipment 45 Yards. & . Over King Power Equipment Hard Tail End Dump $59.96 7A 3C 8P Operators- Underground Articulating Off-road Sewer&Water Equipment Under 45 Yards King Power Equipment Horizontal/directional $59.49 7A 3C 8P Operators- Underground Drill Locator Sewer&Water - King Power Equipment Horizontal/directional $59.96 7A 3C 8P Operators- Underground Drill Operator . Sewer&Water King Power Equipment Hydralifts/boom Trucks $59.49 7A 3C 8P Operators- Underground Over 10 Tons Sewer&Water King Power Equipment Hydralifts/boom Trucks, $56.90 7A 3C 8P Operators- Underground 10 Tons And Under Sewer&Water King Power Equipment Loader, Overhead 8 $61.10 7A 3C 8P Operators- Underground Yards. &Over Sewer&Water King Power Equipment Loader,Overhead,6 $60.49 7A 3C 8P Operators- Underground Yards. But Not Including Sewer&Water 8 Yards King Power Equipment Loaders, Overhead $59.96 7A 3C 8P Rev 4/17 - 46 - Operators- Underground Under 6 Yards Sewer&Water King Power Equipment Loaders, Plant Feed $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Loaders: Elevating Type $59.49 7A 3C 8P Operators- Underground Belt Sewer&Water King Power Equipment Locomotives,All $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Material Transfer Device $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Mechanics,All (leadmen $61.10 7A 3C 8P Operators-Underground -$0.50 Per Hour Over Sewer&Water Mechanic) King Power Equipment Motor Patrol Graders $60.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Mucking Machine, Mole, $60.49 7A 3C 8P Operators- Underground Tunnel Drill, Boring, Sewer&Water Road Header And/or Shield King Power Equipment Oil Distributors, Blower $56.90 7A 3C 8P Operators- Underground Distribution& Mulch Sewer&Water Seeding Operator King Power Equipment Outside Hoists(elevators $59.49 7A 3C 8P Operators- Underground And Manlifts),Air Sewer&Water Tuggers,strato King Power Equipment Overhead, Bridge Type $59.96 7A 3C 8P Operators- Underground Crane: 20 Tons Through Sewer&Water 44 Tons King Power Equipment Overhead, Bridge Type: $61.10 7A 3C 8P Operators-Underground 100 Tons And Over Sewer&Water King Power Equipment Overhead, Bridge Type: $60.49 7A 3C 8P Operators- Underground 45 Tons Through 99 Tons Sewer&Water King Power Equipment Pavement Breaker $56.90 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Pile Driver(other Than $59.96 7A 3C 8P Operators- Underground Crane Mount) Sewer&Water King Power Equipment Plant Oiler-Asphalt, $59.49 7A 3C 8P Operators- Underground Crusher Rev 4/17 - 47 - Sewer&Water King Power Equipment Posthole Digger, $56.90 7A 3C 8P Operators- Underground Mechanical Sewer&Water King Power Equipment Power Plant $56.90 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Pumps-Water $56.90 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Quad 9, Hd 41, D10 And $60.49 7A 3C 8P Operators- Underground Over Sewer&Water _ King Power Equipment Quick Tower- No Cab, $56.90 7A 3C 8P Operators- Underground Under 100 Feet In Height Sewer&Water Based To Boom King Power Equipment Remote Control $60.49 7A 3C 8P Operators- Underground Operator On Rubber Sewer&Water Tired Earth Moving Equipment King Power Equipment Rigger And Bellman $56.90 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Rigger/Signal Person, $59.49 7A 3C 8P Operators- Underground Bellman (Certified) Sewer&Water King Power Equipment Rollagon $60.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Roller,Other Than Plant $56.90 7A 3C 8P Operators- Underground Mix Sewer&Water King Power Equipment Roller, Plant Mix Or $59.49 7A 3C 8P Operators- Underground Multi-lift Materials Sewer&Water King Power Equipment Roto-mill, Roto-grinder $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Saws-Concrete $59.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Scraper,Self Propelled $59.96 7A 3C 8P Operators- Underground Under 45 Yards Sewer&Water King Power Equipment Scrapers-Concrete& $59.49 7A 3C 8P Operators- Underground Carry All Sewer&Water Rev 4/17 - 48 - King Power Equipment Scrapers,Self-propelled: $60.49 7A 3C 8P Operators- Underground 45 Yards And Over Sewer&Water King Power Equipment Service Engineers- $59.49 7A 3C 8P Operators- Underground Equipment Sewer&Water King Power Equipment Shotcrete/gunite $56.90 7A 3C 8P Operators- Underground Equipment Sewer&Water King Power Equipment Shovel, Excavator, $59.49 7A 3C 8P Operators- Underground Backhoe,Tractors Under Sewer&Water 15 Metric Tons. King Power Equipment Shovel, Excavator, $60.49 7A 3C 8P Operators- Underground Backhoe:Over 30 Metric Sewer&Water Tons To 50 Metric Tons King Power Equipment Shovel, Excavator, $59.96 7A 3C 8P Operators- Underground Backhoes,Tractors: 15 Sewer&Water To 30 Metric Tons King Power Equipment Shovel, Excavator, $61.10 7A 3C 8P Operators- Underground Backhoes: Over 50 Sewer&Water Metric Tons To 90 Metric Tons King Power Equipment Shovel, Excavator, $61.72 7A 3C 8P Operators- Underground Backhoes:Over 90 Sewer&Water Metric Tons King Power Equipment Slipform Pavers $60.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Spreader,Topsider& $60.49 7A 3C 8P Operators- Underground Screedman Sewer&Water King Power Equipment Subgrader Trimmer $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Tower Bucket Elevators $59.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Tower Crane Up To 175' $61.10 7A 3C 8P Operators- Underground In Height Base To Boom Sewer&Water King Power Equipment Tower Crane:over $61.72 7A 3C 8P Operators- Underground 175a€TM through 250a€TM Sewer&Water in height, base to boom King Power Equipment Tower Cranes:over $62.33 7A 3C 8P Operators-Underground 250a€TM in height from Sewer&Water base to boom King Power Equipment Transporters,All Track $60.49 7A 3C 8P Rev 4/17 - 49 - Operators- Underground Or Truck Type Sewer&Water King Power Equipment Trenching Machines $59.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Truck Crane Oiler/driver $59.96 7A 3C 8P Operators- Underground - 100 Tons And Over Sewer&Water King Power Equipment Truck Crane Oiler/driver $59.49 7A 3C 8P Operators- Underground Under 100 Tons Sewer&Water King Power Equipment Truck Mount Portable $59.96 7A 3C 8P Operators- Underground Conveyor Sewer&Water King Power Equipment Welder $60.49 7A 3C 8P Operators- Underground Sewer&Water King Power Equipment Wheel Tractors, Farmall $56.90 7A 3C 8P Operators- Underground Type Sewer&Water King Power Equipment Yo Yo Pay Dozer $59.96 7A 3C 8P Operators- Underground Sewer&Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment $49.96 5A 4A Trimmers Operator King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $33.60 5A 4A Trimmers Groundperson King Refrigeration &Air Journey Level $79.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U King Residential Drywall Journey Level $45.05 5D 4C Applicators King Residential Drywall Tapers Journey Level $45.19 5P 1E King Residential Electricians Journey Level $37.26 5Q 20 King Residential Glaziers Journey Level $42.05 7L 1H King Residential Insulation Journey Level $45.05 5D 4C Applicators King Residential Laborers Journey Level $36.68 7A 1H Rev 4/17 - 50 - King Residential Marble Setters Journey Level $57.32 5A 1M King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers& Journey Level $51.37 5A 1G Pipefitters King Residential Refrigeration & Journey Level $51.37 5A 16 Air Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or $50.01 7F 1R Workers Shop) King Residential Soft Floor Journey Level $49.43 5A 3J Layers King Residential Sprinkler Fitters Journey Level $46.58 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo Journey Level $52.61 5A 1M Workers King Residential Terrazzo/Tile Journey Level $43.44 5A 1B Finishers _ KingResidential Tile Setters JourneyLevel $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable $54.52 5A 3H Bituminous Materials King Sheet Metal Workers Journey Level (Field or $82.51 7F 1E Shop) _ King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Boilermaker King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Carpenter King Shipbuilding&Ship Repair New Construction Crane $36.36 7V 1 Operator King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Electrician King Shipbuilding&Ship Repair New Construction Heat $73.58 5J 4H & Frost Insulator King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Laborer King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Machinist King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Operating Engineer King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Painter King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Pipefitter King Shipbuilding&Ship Repair New Construction Rigger $36.36 7V 1 King Shipbuilding&Ship Repair New Construction Sheet $36.36 7V 1 Metal Rev 4/17 - 51 - King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Shipfitter King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shipbuilding&Ship Repair New Construction $36.36 7V 1 Welder/Burner King Shipbuilding&Ship Repair Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Carpenter $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Crane $44.06 7Y 4K Operator King Shipbuilding&Ship Repair Ship Repair Electrician $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Heat& Frost $73.58 Si 4H Insulator King Shipbuilding&Ship Repair Ship Repair Laborer $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Machinist $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Operating $44.06 7Y 4K Engineer King Shipbuilding&Ship Repair Ship Repair Painter $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Rigger $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shipbuilding&Ship Repair Ship Repair Warehouse/ $44.06 7Y 4K Teamster King Sign Makers& Installers Journey Level $49.70 0 1 (Electrical) King Sign Makers& Installers Journey Level $31.52 0 1 (Non-Electrical) King Soft Floor Layers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters(Fire Journey Level $77.39 5C 1X Protection) King Stage Rigging Mechanics Journey Level $13.23 1 (Non Structural) King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction $59.49 7A 3C 8P Site Surveyor King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site $60.49 7A 3C 8P Surveyor King Telecommunication Journey Level $48.06 7E 1E Technicians King Telephone Line Cable Splicer $41.22 5A 2B Rev 4/17 - 52 - Construction-Outside King Telephone Line Hole Digger/Ground $23.12 5A 2B Construction-Outside Person King Telephone Line Installer(Repairer) $39.53 5A 2B Construction -Outside King Telephone Line Special Aparatus Installer $41.22 5A 2B Construction-Outside I King Telephone Line Special Apparatus $40.41 5A 2B Construction-Outside Installer II - King Telephone Line Telephone Equipment $41.22 5A 2B Construction -Outside Operator(Heavy) King Telephone Line Telephone Equipment $38.36 5A 2B Construction-Outside Operator(Light) KingTelephone Line Telephone Lineperson $38.36 5A 2B p p p Construction-Outside King Telephone Line Television Groundperson $21.92 5A 2B Construction-Outside King Telephone Line Television $29.13 5A 2B Construction-Outside Lineperson/Installer King Telephone hone Line Television System $34.68 SA 2B Construction-Outside Technician King Telephone Line Television Technician $31.18 5A 2B Construction -Outside King Telephone Line Tree Trimmer $38.36 5A 2B Construction-Outside King Terrazzo Workers Journey Level $52.61 SA 1M King Tile Setters Journey Level $52.61 5A 1M King Tile, Marble&Terrazzo Finisher $43.44 5A 1B Finishers King Traffic Control Stripers Journey Level $45.53 7A 1K King Truck Drivers Asphalt Mix Over 16 $54.30 5D 3A 8L Yards King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L King Truck Drivers Dump Truck $53.46 5D 3A 8L King Truck Drivers Dump Truck&Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck Drivers- Ready Mix Booster 9 Yards and $52.78 5A 4T Over King Truck Drivers-Ready Mix Non-Booster Loads $52.53 5A 4T Under 9 Cubic Yards King Well Drillers& Irrigation Irrigation Pump Installer $17.71 1 Pump Installers King Well Drillers& Irrigation Oiler $12.97 1 Pump Installers King Well Drillers& Irrigation Well Driller $18.00 1 Pump Installers Rev 4/17 - 53 - 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 workperformed byit duringthe contract, shall not The contractor, with regard to the 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 Rev 4/17 - 55 - contractor under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of the contract, in whole or in part 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. Rev 4/17 - 56 -