Loading...
AG 20-028 - Great Floors LLC RETURN TO: AUTUMN GRESSETT EXT: 6914 CITY OF FEDERAL-_ NAV.-�)" LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT./DTV: PARKS/REC ORIGINATING STAFF PERSON: AUTUMN GRESSETT EXT: 6914 3. DATE REQ.BY:01/01/2020 TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT IN 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 PROJECT NAME: DUMAS BAY CENTRE-SUITE FLOORING REPLACEMENT NAME OF CONTRACTOR: GREAT FLOORS LLC ADDRESS: 9021 S 180TH STREET,KENT,WA 98032 'TELEPHONE 206-241-0229 E-MAIL: FAX: SIGNATURE NAME: 'TITLE JAMES BIRNEY,MANAGER EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES 9 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS TERM: COMMENCEMENT DATE: DATE OF CONTRACT SIGNATURE COMPLETION DATE: FEBRUARY 29,2020 TOTAL COMPENSATION$9.972.61 (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 10YES IDNO IF YES,$ PAID BY:N CONTRACTOR❑CITY RETAINAGE: RETAINAGE AMOUNT: ElRETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDE ❑ PURCHASING: PLEASE CHARGE TO: 0. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED I N I T I A I./rwrr 'APPROVED A PROJECT MANAGER AGRESSETT&RETTINGER 12/27/2019 El DIRECTOR �-n ❑ RISK MANAGEMENT (IF APPLICABLE) Lel LAW ER 1/7/2020 1. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 2. CONTRACT SIGNATURE ROUTING Q ENT TO VENDOR�CONTRACTOR ISA I I ti 1:.NT: 1' 1'2020-AG DATE REC'D: ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (Include dept.support staff if necessary and feel free to set notification more than a month in advance if council approval is needed.) INITIAL/DATE SIGNED ❑ LAW-DEPARTMENT P-ISTU—NATORY(MAYOR OR DIRECTOR) cJ ❑ CITY CLERK C ❑ ASSIGNED AG# A 6 ❑ SIGNED COPY RETURNED DATE SENT: �� , ;OMMENTS: 2FB FOR THIS PROJECT NOT REVIEWED BY CFW LAW DEPT.12/31/19 Iiln" LIMITED PUBLIC WORKS CONTRACT FOR DUMAS BAY CENTRE—SUITE FLOORING REPLACEMENT This limited public works contract ("Contract") is dated effective this day ofd 20').Q and is made by and between the City of Federal Way, a Washington municipal co oration ("City" or "Owner"), and GREAT FLOORS LLC, a WASHINGTON Corporation("Contractor"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work at Dumas Bay Centre, 3200 SW Dash Point Rd, 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 CONTIZA0 011 1.1 Descr ptioil of Worl,. 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 Fly Replacement project, in Exhibit "A" attached hereto and incorporated by this reference, ("Work"), and in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Contract Change Order Agreement attached as Exhibit "B," Notice to Labor Unions attached as Exhibit"C," Certificate(s) of Insurance Form attached hereto as Exhibit "D," Prevailing Wage Rates attached as Exhibit "E," Title VI Assurances attached hereto as Exhibit "F," and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents"), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 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 April 29, 2020. 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 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 3/2017 (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 permits, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit `B," which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the City the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may 2 3/2017 require determining if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials Will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction,the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 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 April 29, 2020, 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. 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor fixed fees equal to the following: 3 3/2017 a. Base Bid(Flooring Material Only). Four Thousand One Hundred Sixty-Five and 75/100 Dollars ($4,165.75), and Washington State sales tax equal to Four Hundred Sixteen and 58/100 Dollars ($416.58), for a total amount not to exceed Four Thousand Five Hundred Eighty-Two and 33/100 Dollars ($4,582.33), which amount shall constitute full and complete payment by the City. al. Bid Alternate — Demolisiz aiid 13ista.11. Four Thousand Fifty and 25/100 Dollars ($4,050.25), and Washington State sales tax equal to Four Hundred Five and 03/100 Dollars ($405.03), for a total amount not to exceed Four Thousand Four Hundred Fifty-Five and 28/100 Dollars ($4,455.28 , which amount shall constitute full and complete payment by the City. a2. Bid Alternate — Supply and Install Rubber" Base al :4d acent Hall. Up to Three Hundred and 00/100 Dollars ($300.00), depending on the amount of base actually required, and Washington State sales tax equal to Thirty and 00/100 Dollars ($30.00), for a total amount not to exceed Three Hundred Thirty and 00/100 Dollars ($330.00), which amount shall constitute full and complete payment by the City. a3. Bid Alternate— Supply and bistall Rubber Base at Pri,;st Quarters. Up to Five Hundred Fifty and 00/100 Dollars ($550.00), depending on the amount of base actually required, and Washington State sales tax equal to Fifty-Five and 00/100 Dollars ($55.00), for a total amount not to exceed Six Hundred Five and 00/100 Dollars ($605,00 , which amount shall constitute full and complete payment by the City. 4.2 Corti-actoi- Responsible for Taxes. Except as otherwise provided in Section 4.1 hereof, the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Pa nom. 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 (3 0) 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: 4 3/2017 City of Federal Way ATTN: Accounts Payable 3200 SW Dash Point Road Federal Way, WA 98023 Duplicate invoices shall be furnished to: City of Federal Way ATTN: Rob Ettinger 3200 SW Dash Point Road Federal Way,WA 98023 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 "C," as required by Section 202 of Executive Order 11246. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit F. 6. 14DEPENDENT CONTRACTOR/CONFLICT OF INTEREST It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes as due. Industrial or any other insurance purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall 5 3/2017 not be deemed to convert this Contract to an employment contract. It is recognized that Contractor may or will be performing work during the Term for other parties; provided, however, that such performance of other work shall not conflict with or interfere with the Contractor's ability to perform the Work. Contractor agrees to resolve any such conflicts of interest in favor of the City. 7. TERMINATION Prior to the expiration of the Term, this Contract may be terminated immediately, with or without cause by the City. 8. INDEN OFICATION 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 IndemnGification. 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 6 3/2017 pursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death, products liability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than $1,000,000 for bodily injury, including personal injury or death and property damage. (4) If any structures are involved in the Contract, the Contractor shall maintain an "All Risk Builder's Risk 2 form at all times in an amount no less than the value of the structure until final acceptance of the project by the City. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested,to the City. (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an"occurrence" form as opposed to a"claims made" or"claims paid"form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by this Section, attached hereto as Exhibit "D" and incorporated by this reference. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall 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. 7 3/2017 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Terziiination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 10. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. 11. PREV ATUNG WAGES 11.1 W a�_,cs of Emplpyees. This Contract is subject to the minimum wage requirements of Chapter 39.12 of the Revised Code of Washington, as now existing or hereafter amended or supplemented. In the payment of hourly wages and fringe benefits to be paid to any of Contractor's laborers, work persons and/or mechanics, Contractor shall not pay less than the "prevailing rate of wage" for an hour's work in the same trade or occupation in the locality within the State of Washington where such labor is performed, as determined by the Industrial Statistician of the Department of Labor and Industries of the State of Washington, which "prevailing rates of wage" are attached hereto as Exhibit "E" and incorporated herein by this reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates, which are in effect on the date when the bids, proposals, or quotes were required to be submitted to the City. 8 3/2017 11.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30%of a partnership; and (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30%of the corporation. 11.3 Repo rtinw Requirements. Contractor shall comply with all reporting requirements of the Department of Labor and Industries of the State of Washington. Upon the execution of this Contract, Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with the Department of Labor and Industries. Upon completion of the Work, Contractor shall complete and file an Affidavit of Wages Paid with the Department of Labor and Industries. Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the Affidavit of Wages Paid, certified by the Department of Labor and Industries, to the City. 11.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 12. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, or fail to pay for any materials or any insurance premiums, the City may terminate this Contract and/or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or insurance premiums. 13. OWNERSHO?OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 14. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 9 3/2017 15. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 16. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor, shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. 17. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 17.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. 17.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 17.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier(UBI)number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, 10 3/2017 if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 18. GENERAL PROVISIONS 18.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 18.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 18.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 18.4 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. 18.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 18.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County,Washington. 18.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 18.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 18.9 Authoritv. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 18.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any 11 3/2017 notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 18.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 18.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 18.13 Coninliance 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. 18.14 C ojiflicmi 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. CITY OF FEDERAL WAY: In errell,Mayor 33325 8th Avenue South Federal Way,WA 98003-6325 APPROVED AS TO FORM: ATTEST: ca e r I Ryan Call, City Attorney SWphanie Courtney, CMC, loyClerk 12 3/2017 GREAT FLOORS LL��CAA: By: Its: L�P+rma5 ti rc It rz"V-'cx- CtM c ' (Address) ao � — c�i (Phone) STATE OF WASHINGTON ) t� ) COUNTY OF �^` } ss. On this day personally appeared before me Y'1�Pc S 1,y�-v\-D to me known to be the k M Gn1a.e�� of 6A"� .u°rL- that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. GIVEN my hand and official seal this ��� `� day of ..... (typed/printed name of notary) �.�0�EN;�Exp`9• Notary Public in and for the State of Washington. On '� aA�y s My commission expires 1 D ! 2 • ,c wua�- i�r 13 3/2017 EXHIBIT A SCOPE OF WORK 1. Remove and dispose of existing flooring in the Priest Quarters and Adjacent Hall (per the attached drawing). 2. Install luxury vinyl tile (LVT) flooring in the Priest Quarters and Adjacent Hall. Prepare floor as required for the new flooring. 3. Contractor to supply new flooring as indicated in the Specification Section 096516 and 4- inch rubber base by Roppe or equivalent. 4. Existing wood base to remain whenever possible. The contractor must notify the owner prior to install, in the event that the contractor cannot install the new flooring without the removal of the existing wood base. Removal of any existing wood base and any patching and painting of existing wall board will be done by the owner. Install 4"high rubber base in the Priest Quarters and Adjacent Hall (as selected by the City from the manufacturer's standard colors)in areas where existing wood base is removed. 5. The Contractor shall be fully responsible for the demolition and installation team and the supervision of the team. 6. The contractor shall provide a work schedule showing starting and completion of the project and the date and time planning to work. 7. Work should be done causing minimum disturbance to the guests. Normal working hours shall be the hours of 0800 to 1630, Monday through Friday. After-hours or weekend work is allowed only with advanced approval by the Project Manager. 14 3/2017 EXHIBIT A ATTACHMENT L rLn E.., ....may rt 11p yO (�� Ln �11 4 =� r. x p' 15 3/2017 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 DIRECTOR'S SIGNATURL DATE 16 3/2017 ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY LI INCREASED $ U DECREASED $ PAY THIS ADJUSTED AMOUNT: $ DIRECTOR'S SIGNATURE DATE 17 3/2017 EXHIBIT C NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: (Name of Union or Organization) The undersigned currently holds contract(s) with involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to,the following: EMPLOYMENT,UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAD41NG INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. (Contractor or subcontractor) Date 18 3/2017 EXHIBIT D CERTIFICATE OF INSURANCE (SEE ATTACHED) 19 3/2017 EXHIBIT E PREVAILING RATE OF WAGE Apprentice Wages_Benefif Code Key for 1212412019 - Trade Job Classificai Holiday Overtime Note "Risk Class King 4Latc�–,ert. Journey Level $50.86 5D 1H View King Journey Level —$69.04 5N 1C View King Journey Level $58.82 5A 1M View King -K j'Aasar Pointer-Caulker-Cleaner $58.82 5A 1M View King Iding Service En,iployees Janitor $25.58 55 2F View King Luiiding Service Employees Traveling $26.03 5S 2F View Waxer/Shampooer King —iiding Service Err Window Cleaner (Non- $29.33 5S 2F View Scaffold) King gilding Service r Window Cleaner $30.33 55 2F View (Scaffold) King iner Journey Level $22.74 1 View. King reenters Acoustical Worker $62.44 7A 4C View King carpenters Carpenter $62.44 7A 4C View King ipenters Carpenters on Stationary $62.57 7A 4C View Tools King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.441 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cemer hasons Application of all $62.97 7A 4U View Composition Mastic King Cement Maya cns Application of all Epoxy $62.47 7A 4U View Material King Cement,thasor_ Application of all Plastic $62.97 7A 4U View Material King Cement,'.,hasons Application of Sealing $62.47 7A 4U View Compound King Cement Nlasor.s Application of $62.97 7A 4U View Underlayment King Cement V )ns Building General 1 $62.471 7A 41J View King f arnan` `' Composition or Kalman $62.97 7A 41J View Floors King Concrete Paving $62.47 7A 4U View 20 3/2017 King Cement Masa';s ICurb it Gutter Machine $62.97 7A 4U View King Cement AAasons Curb Ft Gutter, Sidewalks $62.47 7A 4U View King Cement Nasonv Curing Concrete $62.47 7A 4U View King Ce Finish Colored Concrete $62.97 7A 4U View King Floor Grinding $62.97 7A 4U View King (_erner', ;,';as4 Floor Grinding/Polisher $62.47 7A 4U View King Cc;t cp ;',r,asuns Green Concrete Saw, self- $62.97 7A 4U View powered King Cement ,Masons Grouting of all Plates $62.47 7A 4U View King Cement?.4asons Grouting of all Tilt-up $62.47 7A 4U View Panels King Gunite Nozzleman $62.97 7A 4U View King Ce aso Hand Powered Grinder $62.97 7A 4U View King Cemenr: Nliaso Journey Level $62.47 7A 4U View King meet 0,asons Patching Concrete $62.47 7A 4U View King meat ,\4asons Pneumatic Power Tools $62.97 7A 4U View King gement Masons Power Chipping int $62.97 7A 4U View Brushing King :ment- Masons Sand Blasting $62.97 7A 4U View Architectural Finish King Cement M Screed Et Rodding Machine $62.97 7A 4U View King Cemera Masons Spackling or Skim Coat $62.47 7A 4U View Concrete King Cement Masons Troweling Machine $62.97 7A 4U View Operator King ,ment Masons Troweling Machine $62.97 7A 4U View Operator on Colored Slabs King Cement 11. ask) Tunnel Workers $62.97 7A 4U View King Divers tt Tenders Bell/Vehicle or $116.20 7A 4C View Submersible Operator (Not Under Pressure) King Dive Supervisor/Master $79.23 7A 4C View King D ,,: Diver $116.20 7A 4C 8V View King Dil.ers ti TFri it r Diver On Standby $74.23 7A 4C View King Jiv rs FS 7, Diver Tender $67.31 7A 4C View King Divers & T;=ndz?rs Manifold Operator $67.31 7A 4C View King Divers E Tenders Manifold Operator Mixed $72.31 7A 4C View Gas King Divers Fit Tenders Remote Operated Vehicle $67.31 7A 4C View Operator/Technician King -�"'ers & Tend ers Remote Operated Vehicle $62.69 7A 4C View Tender King ­`u'e VI'o Viers Assistant Engineer $56.44 5D 3F View King �e V), Assistant Mate (Deckhand) $56.00 5D 3F View 21 3/2017 King Boatmen $56.441 5D 3F View King Engineer Welder $57.51 5D 3F View ......... King Leverman, Hydraulic $58.67 5D 3F View King Mates $56.44 5D 3F View King Oiler $56.00 5D 3F View King Journey Level $62.44 5D 1H View King Journey Level $62.94 5P 1E View King Journey Level $30.59 51. 1E View King Cable Splicer I $83.17 7C 4E View Kin C King able Splicer (tunnel) $89.34 7C 4E View King Certified Welder $80.36 7C 4E View King Certified Welder (tunnel) $86.25 7C 4E View King Construction Stock Person $41.481 7C 4E View King Journey Level $77.55 7C 4E View King Journey Level (tunnel) $83.17 7C 4E View King Journey Level $45.08 5A 1 B View King Cable Splicer $79.60 5A 4D View King Certified Line Welder $72.98 5A 4D View King Groundperson $47.94 5A 4D View King Heavy Line Equipment $72.98 5A 4D View Operator King Journey Level Lineperson $72.98 5A 4D View King Line Equipment Operator $62.06 5A 4D View King Meter Installer $47.94 5A 4D 8W View King Pole Sprayer $72.98 5A 4D View King Powderperson $54.55 5A 4D View King Journey Level $51.07 7E 1 E View King Mechanic $94.22 7D 4A View King t::rs Mechanic In Charge _$101.73,____7D 4A View King ��� .c �,'_ : :�- All Classifications In- $18.25 �5B 1R View Factory Work Only King Fence Erector $43.11 7A 4V 8Y View King Fence Laborer $43.11 7A 4V 8Y View King Journey Level $43.11 7A 4V 8Y View King I Journey Level $66.51 7L 1Y View 22 3/2017 King Journeyman $76.61 5J 4H View King Journey Level $85.88 7F 1E View King ers < 9 Journey Level $52.44 7A 4V 8Y View =V King Journey Level $12.00 1 View King Boat Operator $61.41 5B 1 K View King Cook $56.48 5B 1 K View King Deckhand $57.48 5B 1K View King Deckhand Engineer $58.81 5B 1K View King Launch Operator $58.89 5B 1K View King Mate $57.31 5B 1K View King Cleaner Operator, Foamer $31.49 1 View Operator King Grout Truck Operator $12.00 1 View Oi By Remote Cantrol King Head Operator $24.91 1 View Of Sek;er & Wal er 5. Ey RenicLe Contrmt King Technician $19.33 1 View Of Sev"fer a beater Syste, BY Remote contrc"I King Tv Truck Operator $20.45 1 View .e,;,,er ',VaLer Syst,,-rns �.el7loti? <..o;lll(Ji King iation . pplic<.tois Journey Level $62.44 7A 4C View King Journeyman $72.181 7N 10 View King Air, Gas Or Electric $50.86 7A 4V 8Y View Vibrating Screed King L.at 01-'- s Airtrac Drill Operator $52.44 7A 4V 8Y View King �h'-,reIs Ballast Regular Machine $50.86 7A 4V 8Y View King L..aboi-ei- Batch Weighman $43.11 7A 4V 8Y View King Laboreis Brick Pavers 1$50.816 7A 4V 8Y View King Laborers Brush Cutter 50.86 7A 4V 8Y View King Lahorer-F Brush Hog Feeder 50.86 7A 4V 8Y View King Burner 50.86 7A 4V8Y View King Caisson Worker $52.44 7A 4V 8Y View King Carpenter Tender $50.861 7A 4V 8Y View King Cement Dumper-paving $51.80 7A 4V 8Y View King Cement Finisher Tender $50.86 7A 4V 8Y View King Change House Or Dry $50.86 7A 4V 8YI View 23 3/2017 Shack King Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View Over) King Chipping Gun (Under 30 $50.86 7A 4V 8Y View Lbs.) King Choker Setter $50.86 7A 4V 8Y View King Chuck Tender $50.861 7A 4V 8Y View King Clary Power Spreader 1 $51.80 7A 4V 8Y View King Clean-up Laborer $50.86 7A 4V 8Y View King Concrete Dumper/Chute $51.80 7A 4V 8Y View Operator King Concrete Form Stripper $50.861 7A 4V 8Y View King Concrete Placement Crew $51.80 7A 4V 8Y View King Concrete Saw $51.80 7A 4V 8Y View Operator/Core Driller King Crusher Feeder $43.11 7A 4V 8Y View King Curing Laborer $50.861 7A 4V 8Y View King Demolition: Wrecking Ft $50.86 7A 4V 8Y View Moving (Incl. Charred Material) King Ditch Digger $50.86 7A 4V 8Y View King Diver $52.441 7A 4V 8Y View King Drill Operator (Hydraulic, $51.80 7A 4V 8Y View Diamond) King Dry Stack Walls $50.86 7A 4V 8Y View King Dump Person $50.86 7A 4V 8Y View King Epoxy Technician $50.86 7A 4V 8Y View King Erosion Control Worker $50.86 7A 4V 8Y View King Faller It Bucker Chain Saw $51.80 7A 4V 8Y View King Fine Graders $50.86 7A 4V 8Y View King Firewatch $43.111 7A 4V 8Y View King Form Setter $50.86 7A 4V 8Y View King Gabian Basket Builders $50.86 7A 4V 8Y View King General Laborer $50.86 7A 4V 8Y View King Grade Checker Ft Transit $52.44 7A 4V 8Y View Person King Grinders $50.86 7A 4V 8Y View King Grout Machine Tender $50.86 7A 4V 8Y View King Groutmen (Pressure) $51.80 7A 4V 8Y View Including Post Tension Beams King Guardrail Erector $50.86 7A 4V 8Y View King Hazardous Waste Worker $52.44 7A 4V 8Y View (Level A) 24 3/2017 King Hazardous Waste Worker $51.80 7A 4V 8Y View (Level B) King Hazardous Waste Worker $50.86 7A 4V BY View (Level C) King High Scaler $52.441 7A 4V 8Y I View King Jackhammer $51.80 7A 4V r8YHVieKingLaserbeam Operator $51.80 7A 4V King Maintenance Person $50.86 7A 4V King Manhole Builder-Mudman $51.80 7A 4V King Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman-Dinky $51.80 7A 4V 8Y View Locomotive King Laborers Nozzleman (Concrete $51.80 7A 4V 8Y View Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Pavement Breaker $51.801 7A 4V 8Y View King jorer_- Pilot Car $43.11 7A 4V 8Y View King borers Pipe Layer Lead $52.44 7A 4V 8Y View King borer. Pipe LayerlTailor $51.80 7A 4V 8Y View King L aborti Pipe Pot Tender $51.80 7A 4V 8Y View King Labore— Pipe Reliner $51.80 7A 4V 8Y View King Lahore_ Pipe Wrapper $51.80 7A 4V 8Y View King ,ihore!- Pot Tender $50.86 7A 4V 8Y View King Powderman $52.44 7A 4V 8Y View King Powderman's Helper $50.86 7A 4V 8Y View King Laborer., Power Jacks $51.80 7A 4V 8Y View King Laborer, Railroad Spike Puller- $51.80 7A 4V 8Y View Power King bor( Raker - Asphalt $52.44 7A 4V 8Y View King Re-timberman $52.44 7A 4V 8Y View King Remote Equipment $51.80 7A 4V 8Y View Operator King Rigger/Signal Person $51.801 7A 4V 8Y View King Rip Rap Person $50.861 7A 4V 8Y View King Rivet Buster $51.80 7A 4V 8Y View King Rodder $51.80 7A 4V 8Y View King Lab': crs' Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View 25 3/2017 King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $43.11 7A 4V 8Y View Chair King f.aborers Tamper Et Similar $51.80 7A 4V 8Y View Electric, Air Et Gas Operated Tools King Laborers Tamper(Multiple bt Self- $51.80 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer $51.80 7A 4V 8Y View (Lagger, Shorer Et Cribber) King corer's Toolroom Person (at $50.86 7A 4V 8Y View Jobsite) King Topper $50.86 7A 4V 8Y View King Track Laborer $50.86 7A 4V 8Y View King Lahr Track Liner (Power) $51.80 7A 4V 8Y View King Traffic Control Laborer $46.10 7A 4V 9C View King Traffic Control Supervisor $46.10 7A 4V 9C View King Truck Spotter $50.86 7A 4V 8Y View King Tugger Operator $51.80 7A 4V 8Y View King Tunnel Work-Compressed $120.61 7A 4V 9B View Air Worker 0-30 psi King )or er s Tunnel Work-Compressed $125.64 7A 4V 9B View Air Worker 30.01-44.00 psi King Laborer:= Tunnel Work-Compressed $129.32 7A 4V 9B View Air Worker 44.01-54.00 psi King borers Tunnel Work-Compressed $135.02 7A 4V 9B View Air Worker 54.01-60.00 psi King Tunnel Work-Compressed $137.14 7A 4V 9B View Air Worker 60.01-64.00 psi King Tunnel Work-Compressed $142.24 7A 4V 9B View Air Worker 64.01-68.00 psi King Tunnel Work-Compressed $144.14 7A 4V 9B View Air Worker 68.01-70.00 psi King Tunnel Work-Compressed $146.14 7A 4V 9B View Air Worker 70.01-72.00 psi 26 3/2017 King Tunnel Work-Compressed $148.14 7A 4V 9B View Air Worker 72.01-74.00 psi King Tunnel Work-Guage and $52.54 7A 4V 8Y View Lock Tender King Tunnel Work-Miner $52.54 7A 4V 8Y View King Vibrator $51.80 7A 4V 8Y View King Vinyl Seamer $50.86 7A 4V 8Y View King Watchman $39.18 7A 4V 8Y View King Welder $51.801 7A 4V 8Y View King Well Point Laborer $51.80 7A 4V 8Y View King Window Washer/Cleaner $39.18 7A 4V 8Y View King General Laborer It $50.86 7A 4V 8Y View Topman King Pipe Layer $51.80 7A 4V 8Y View King Landscape $39.18 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Operator $68.02 7A 3K 8X View King Groundskeeper $17.87 1 View King Journey Level $62.44 5D 1H View King Journey Level $58.82 5A 1M View King Fitter $15.8611 View King Laborer $12.00 1 View King Machine Operator $13.04 1 View King Painter $12.00 1 View King Welder $15.48 1 View King Journey Level $63.94 7A 4C View King Cabinet Assembly $12.00 1 View King Electrician $12.00 1 View King Equipment Maintenance $12.00 1 View King Plumber $12.00 1 View King Production Worker $12.00 1 View King Tool Maintenance $12.00 1 View King Utility Person $12.00 1 View King Welder $12.00 1 View King Journey Level $43.40 6Z 2B View King Crew Tender $67.31 7A 4C View King Crew Tender/Technician $67.31 7A 4C View King Hyperbaric Worker- $77.93 7A 4C View Compressed Air Worker 0- 30.00 PSI 27 3/2017 King Hyperbaric Worker- $82.93 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI King Hyperbaric Worker- $86.93 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Hyperbaric Worker- $91.93 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI King Hyperbaric Worker- $94.43 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King iHyperbaric Worker- $99.43 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI King Hyperbaric Worker- $101.43 7A 4C View Compressed Air Worker 68.01 - 70.00 PSI King Hyperbaric Worker- $103.43 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Hyperbaric Worker- $105.43 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Journey Level $62.69 7A 4CView King Journey Level $59.421 7q 1 R View King Journey Level $12.00 1 View King Journey Level $87.69 6Z 1G View King Asphalt Plant Operators $69.16 7A 3K 8X View King Assistant Engineer $65.05 7A 3K 8X View King Barrier Machine (zipper) $68.55 7A 3K 8X View King Batch Plant Operator: $68.55 7A 3K 8X View concrete King Bobcat $65.051 7A 3K 8X View King Brokk- Remote $65.05 7A 3K 8X View Demolition Equipment King Brooms $65.05 7A 3K 8X View King Bump Cutter $68.55 7A 3K 8X View King Cableways $69.161 7A 3K 8X View King Chipper $68.55 7A 3K 8X View King Compressor $65.05 7A 3K 8X View King Concrete Finish Machine - $65.05 7A 3K 8X View Laser Screed King Concrete Pump -Mounted $68.02 7A 3K 8X View Or Trailer High Pressure 28 3/2017 Line Pump, Pump High Pressure King i%,/er- Equipment Operate, Concrete Pump: Truck $69.167A 3K 8X View Mount With Boom Attachment Over 42 M King ren Equipment Operators Concrete Pump: Truck $68.55 7A 3K 8X View Mount With Boom Attachment Up To 42m King ger Eq:jipmentOpera Conveyors $68.02 7A 3K 8X View King Equipment Opera: Cranes friction: 200 tons $71.26 7A 3K 8X View and over King ter Equipment Operators Cranes: 100 tons through $69.85 7A 3K 8X View 199 tons, or 150' of boom (including jib with attachments) King Polver E(itripment.Operators Cranes: 20 Tons Through $68.55 7A 3K 8X View 44 Tons With Attachments King ewer Equipment Operators Cranes: 200 tons- 299 $70.57 7A 3K 8X View tons, or 250' of boom including jib with attachments King r!er Equipment Operators Cranes: 300 tons and over $71.26 7A 3K 8X View or 300' of boom including jib with attachments King .,%,er Equipn-rent Off_ Cranes: 45 Tons Through $69.16 7A 3K 8X View 99 Tons, Under 150'Of Boom (including Jib With Attachments) King Po,.,er Equipment Opera) Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View And Under King r Equipment Operators- Cranes: Friction cranes $70.57 7A 3K 8X View through 199 tons King ;,e�. Egmp ent.Operator- Cranes: through 19 tons $68.02 7A 3K 8X View with attachments, A- frame over 10 tons King ;°rer EgLripment Operator Crusher $68.55 7A 3K 8X View King dyer Equip lent Opera Deck Engineer/Deck $68.55 7A 3K 8X View Winches (power) King r"C.r Equipment Operators Derricks, On Building $69.16 7A 3K 8X View Work King " t= ,:.,q er;t Oper Dozers D-9 it Under $68.02 7A 3K 8X View King i-A,,,i nent Operawo _ Drill Oilers: Auger Type, $68.02 7A 3K 8X View Truck Or Crane Mount King - gent Opera.orr Drilling Machine $69.85 7A 3K 8X View King „er Egoipment Opera Elevator And Man-lift: $65.05 7A 3K 8X View Permanent And Shaft Type King I Finishing Machine, Bidwell $68.55 7A 3K 8X View 29 3/2017 And Gamaco It Similar Equipment King Ponder- Equipment Operators Forklift: 3000 Lbs And $68.02 7A 3K 8X View Over With Attachments King Power Equipment Operator- Forklifts: Under 3010 Lbs. $65.05 7A 3K 8X View With Attachments King Ponder Egi.ri,r.,ment Operator, Grade Engineer: Using $68.55 7A 3K 8X Vie- Blue Prints, Cut Sheets, Etc King 'el' Equipment Operators, Gradechecker/Stakeman $65.05 7A 3K SX View King Equi pr Guardrail Punch $68.551 7A 3K 8X View King sipr Hard Tail End Dump $69.16 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. ft Over King Hard Tail End Dump $68.55 7A 3K 8X View Articulating Off-road Equipment Under 45 Yards King Po::er Fquipment Operators Horizontal/Directional $68.02 7A 3K 8X View Drill Locator King .ver Equipment Operators Horizontal/Directional $68.55 7A 3K JLXView Drill Operator King Puvver Equipment Operators Hydralifts/Boom Trucks $68.02 7A 3K 8X View Over 10 Tons King Pwver Equipment Operators Hydralifts/Boom Trucks, $65.05 7A 3K 8X View 10 Tons And Under King Power Equiprnent.Operators Loader, Overhead 8 $69.85 7A 3K 8X View Yards. it Over King ver Equipment Operators Loader, Overhead, 6 $69.16 7A 3K 8X View Yards. But Not Including 8 Yards King Pov,,er Equipment Operators Loaders, Overhead Under $68.55 7A 3K 8X View 6 Yards King Pov:/er Eq_npnient.Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Pourer Friuiprnent Operators Loaders: Elevating Type $68.02 7A 3K 8X View Belt King er Equipment Operators Locomotives, All $68.55 7A 3K 8X View King ,er Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King U r cr Eq.ji l--mi-,en t Operators Mechanics, All (leadmen - $69.85 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Po-,,ver Equipment.OF Motor Patrol Graders $69.16 7A 3K 8X View King Ponder Equipment Operator Mucking Machine, Mole, $69.16 7A 3K 8X View Tunnel Drill, Boring, Road Header And/or Shield King I j"Vel_ Equipment Operators 10it Distributors, Blower $65.051 7A I 3K 8X View 30 3/2017 Distribution It Mulch Seeding Operator King Pov..!er Equipment Operator Outside Hoists (Elevators $68.02 7A 3K 8X View And Manlifts), Air Tuggers, Strato King Po,n,er Equipment Operator Overhead, Bridge Type $68.55 7A 3K 8X View Crane: 20 Tons Through 44 Tons King Power Equiprient,Operator: Overhead, Bridge Type: $69.85 7A 3K 8X View 100 Tons And Over King Po�;ver Ef�Llipment Operators Overhead, Bridge Type: $69.16 7A 3K 8X View 45 Tons Through 99 Tons King Po.?,er Equipivient Operat,,, Pavement Breaker $65-051 7A 3K 8X View King Polver Fquiprient Opera,.0 Pile Driver (other Than $68.55 7A 3K 8X View Crane Mount) King Povier Equipment Operator Plant Oiler - Asphalt, $68.02 7A 3K 8X View Crusher King rrer EquipMent Operator: Posthole Digger, $65.05 7A 3K I 8X View Mechanical King ' ", cr cquiPIT. ntOpera Power Plant $65.05 7A 3K 8X View King oder Equipment oper,+ Pumps -Water $65.05 7A 3K 8X View King Power Equipment Operat., Quad 9, Hd 41, D10 And $69.16 7A 3K 8X View Over King Pm,,er Equipment-Opera Quick Tower- No Cab, $65.05 7A 3K 8X View Under 100 Feet In Height Based To Boom King Poh'er Equipment Opera.Wl Remote Control Operator $69.16 7A 3K 8X View On Rubber Tired Earth Moving Equipment King Pmver Fquiproen Rigger and Bellman $65.05 7A 3K 8X View King >ver Equipmer t Operator: Rigger/Signal Person, $68.02 7A 3K 8X View Bellman (Certified) King Po�.!ier Equipment Operator, Rollagon $69.16 7A 3K 8X View King Po,cver Fquipment Operator: Roller, Other Than Plant $65.05 7A 3K 8X View Mix King Pcn er Equipriient'Operator Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View lift Materials King Po,;ver` Equipn.,ent Opei-,W or Roto-mill, Roto-grinder $68.55 7A 3K 8X View King ver- Fguip yen Saws - Concrete $68.02 7A 3K 8X View King ;ver Equipment:Operator, Scraper, Self Propelled $68.55 7A 3K 8X View Under 45 Yards King Po,i,:-er Eguipi-ier t Operator: Scrapers - Concrete Et $68.02 7A 3K 8X View Carry All King Power Equipment Opera. Scrapers, Self-propelled: $69.16 7A 3K 8X View 45 Yards And Over King Pov,.,er Equipment Operator Service Engineers - $68.02 7A 3K 8X View 31 3/2017 Equipment King Shotcrete/Gunite $65.05 7A 3K 8X View Equipment King Shovel, Excavator, $68.02 7A 3K 8X View Backhoe, Tractors Under 15 Metric Tons. King Shovel, Excavator, $69.16 7A 3K 8X View Backhoe: Over 30 Metric Tons To 50 Metric Tons King Shovel, Excavator, $68.55 7A 3K 8X View Backhoes, Tractors: 15 To 30 Metric Tons King Shovel, Excavator, $69.85 7A 3K 8X View Backhoes: Over 50 Metric Tons To 90 Metric Tons King Shovel, Excavator, $70.57 7A 3K 8X View Backhoes: Over 90 Metric Tons King Slipform Pavers $69.16 7A 3K 8X View King Spreader,Topsider Et $69.16 7A 3K 8X View Screedman King Subgrader Trimmer $68.55 7A 3K 8X View King ITower Bucket Elevators 1 $68.021 7A 3K 8X View King Tower Crane Up To 175' In $69.85 7A 3K [8X View Height Base To Boom King Tower Crane: over 175' $70.57 7A 3K View through 250' in height, base to boom King Tower Cranes: over 250' $71.26 7A 3K View in height from base to boom King Transporters, All Track Or $69.16 7A 3K View Truck Type King Trenching Machines $68.02 7A 3K 8X View King Truck Crane Oiler/driver- $68.55 7A 3K 8X View 100 Tons And Over King Truck Crane Oiler/Driver $68.02 7A 3K 8X View Under 100 Tons King Truck Mount Portable $68.55 7A 3K 8X View Conveyor King Welder $69.16 7A 3K 8X View King Wheel Tractors, Farman $65.05 7A 3K 8X View Type King Yo Yo Pay Dozer $68.55 7A 3K 8X View King Asphalt Plant Operators $69.16 7A 3K 8X View 32 3/2017 King P-over- Ega,ipmer;t. Assistant Engineer $65.05 7A 3K 8X View Operator Urder;roL:i11 Sev.!er Et \,Vater King Pov,!er Equinmem Barrier Machine (zipper) $68.55 7A 3K 8X View Operators- Urder-ground Scv!er & VVarer King Po i(v r Egi_,ipr;�=r- Batch Plant Operator, $68.55 7A 3K 8X View Operators- Ur.J F� Concrete Sevaer E 1Nat. - King Po vc.r Fqui menr Bobcat $65.05 7A 3K 8X View Operators- Urder,roun: Se,,Arer & Water King Po.tier E uii::;:.err Brokk - Remote $65.05 7A 3K 8X View or)erators- Ur Jer rou.n, Demolition Equipment er E Water ,er E:, Brooms I— King $65.05 7A 3K 8X View King Pov,er Equip'7�ent Bump Cutter $68.55 7A 3K 8X View Operators- Underground Sevv,er & Water King Pov:rer Equip?ert Cableways $69.16 7A 3K 8X View 0" a >t King �,j),v>r Eq,.fiprr,er: Chipper $68.55 7A 3K 8X View Operators- Urder,roUrn, Sev✓er ft Wa.te,_ King Po!,,er Equip:,.er: .. Compressor $65.05 7A 3K 8X View Onerators- Urder,roUn.. !er E Water King Concrete Finish Machine - $65.05 7A 3K 8X View Operators- Un.der,rn A Laser Screed 171-mer E- Wa'.er King ver Equip,1.:erc Concrete Pump - Mounted $68.02 7A 3K 8X View Operators. Urder,rou:� Or Trailer High Pressure Sewer � War_er Line Pump, Pump High Pressure King Power Equi;.r,er�- Concrete Pump: Truck $69.16 7A 3K 8X View Operators. Undr�•rgrou�-iti'• Mount With Boom rier EWar-:-.r Attachment Over 42 M King rov,,er EgUip,i--err Concrete Pump: Truck $68.55 7A 3K 8X View Operators Order ro Mount With Boom Sever & Water Attachment Up To 42m King Po'�'rlr_ Conveyors $68.02 7A 3K 8X View �r King Pov!er Equip"herr Cranes friction: 200 tons $71.26 7A 3K 8X View Operators- Ur•deraroun and over Sev,,er & Warer 33 3/2017 King Po•,,rer Equipr Cranes: 100 tons through $69.85 7A 3K 8X View Operate- 199 tons, or 150' of boom Sevier (including jib with attachments) King Pov,,er Equjpnnem Cranes: 20 Tons Through $68.55 7A 3K 8X View Operators- Urder?�roun'; 44 Tons With Attachments Sevier & Water King Pn:,/er E^,,dp. ,_-r' Cranes: 200 tons- 299 $70.57 7A 3K 8X View Onerators- Ur tons, or 250' of boom including jib with attachments King Po%,,,er Eri, , _ Cranes: 300 tons and over $71.26 7A 3K 8X View ')aerators- Urdergrowii or 300' of boom including jib with attachments King rer Ec uip-mert Cranes: 45 Tons Through $69.16 7A 3K 8X View Irators Urdz.rr�rotjrl: 99 Tons, Under 150'Of -F- &Wa'er Boom (including Jib With Attachments) King 7q cert Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View =;ators Ui".der-groWld And Under King ert Cranes: Friction cranes $70.57 7A 3K 8X View (ire ra'Lor"- Undergroun, through 199 tons ,er Et Water' King ;er Ecj-iiv,,ert Cranes: through 19 tons $68.02 7A 3K 8X View -r Mors Urdei;roi., with attachments, A- rer & 'Nater frame over 10 tons King :Fr Equi:; er.t Crusher $68.55 7A 3K 8X View Operators- Ur,derSround ler- 8: Water King Jewer Enuip:,­Een.L Deck Engineer/Deck $68.55 7A 3K 8X View Opera.Lors- Ur.dergroiric Winches (power) Sewer & Water- King :ger Equjp�lert Derricks, On Building $69.16 7A 3K 8X View Operators- Ur<derSrou id Work Sevier & Water King ger Eq:ripr,iert Dozers D-9 It Under $68.02 7A 3K 8X View gators- Urdergrounr. ter- & V1aLe r King :er Fgi,iiptrer;;. Drill Oilers: Auger Type, $68.02 7A 3K 8X View �"eraLors Urdt r;rou;� ' Truck Or Crane Mount King :ger Equip,- err t Drilling Machine $69.85 7A 3K 8X View Operators- Urder Q_round King Elevator And Man-lift: $65.05 7A 3K 8X View Permanent And Shaft Type King Finishing Machine, Bidwetll $68.55 7A 3K 8X View , 34 3/2017 Operators- Ur And Gamaco lr Similar Sewer Et VVa?e, Equipment King Povier Equip,,er.t Forklift: 3000 Lbs And $68.02 7A 3K 8X View Operators- Urdergroun d Over With Attachments Sewer Et Water King Po,;ver Equip rent Forklifts: Under 3000 Lbs. $65.05 7A 3K 8X View Operators- Urdergrounc' With Attachments Sev-)er & Water King Power Egtjipnrer:t Grade Engineer: Using $68.55 7A 3K 8X View Operators- tkderiroun: Blue Prints, Cut Sheets, T Sev:!er &Water Etc King Powcr Fguip:,,ert. Gradechecker/Stakeman $65.05 7A 3K 8X View Operators- Urdergrnr Sewer Et Water King Pmver Eoicno,:�-em. Guardrail Punch $68.55 7A 3K 8X View OpU erators- rdergrou,,ci Sewer Et\Nater King Power Fquipmert Hard Tail End Dump $69.16 7A 3K 8X View Operators-- Ur:dergrou:-j, Articulating Off- Road Seager Er Water Equipment 45 Yards. Et Over King P o-,,ve r Esiii,r,ert Hard Tail End Dump $68.55 7A 3K 8X View Operato:s- Urdergro+�­' Articulating Off-road Sevier 8: Wa.er Equipment Under 45 Yards King Po-.ver Equipr;er:t Horizontal/Directional $68.02 7A 3K 8X View Operators- Ur•dergrowi Drill Locator Sewer Et Water King Poa.,er Equipment Horizontal/Directional $68.55 7A 3K 8X View Operators- UnderFMWIdl Drill Operator wer Et Water King ver Fquipmert Hydralifts/Boom Trucks $68.02 7A 3K 8X View ,,erators- UrdergrOLIM Over 10 Tons Sewer Et'Nater King Poxer Ec,uipr-,Iei1t Hydralifts/Boom Trucks, $65.05 7A 3K 8X View Operators- Urrdc-r;r0u�: 10 Tons And Under .,rer E`Water King ,,-rer Egrjipr-,,crt Loader, Overhead 8 $69.85 7A 3K 8X View Operators- Urddergrou,'IC Yards. Ft Over °rer Et Water King Po'>aer Equipr.:ert Loader, Overhead, 6 $69.16 7A 3K 8X View , :ratcirs Undergno Yards. But Not Including 8 .ver Et Water Yards King Pol/;er Egoipin er:r, Loaders, Overhead Under $68.55 7A 3K 8X View Operators- lJndergr?uld 6 Yards Sewer Ei Wat. King Pov,ier Equip i ,tr Loaders, Plant Feed $68.55 7A 3K 8X View Operators- Undergrourr: Seeder rr Water 35 3/2017 King Loaders: Elevating Type $68-02 7A 3K 8X View Belt Sevier King Po,,.7(>r pry Locomotives, All $68.55 7A 3K 8X View Or S&"'� King Pmve r ` Material Transfer Device $68.55 7A 3K 8X View Qi_rzr.�t- Sev,ier & Water King Pov,,,rr F:irripmert Mechanics, All (leadmen - $69.85 7A 3K 8X View Operators Urder groom` $0.50 Per Hour Over Se,.,6er & Water Mechanic) King �-ov,,er Equipment Motor Patrol Graders $69.16 7A 3K 8X View :Operators- Ur dergrowid Sewer & 'Oa'er King Pov,er E ;:si r,ei,c Mucking Machine, Mole, $69.16 7A 3K 8X View Operators- Undergroi,.l rc. Tunnel Drill, Boring, Road 5evaer Et Water Header And/or Shield King PovVer Fquip:.--nerL Oil Distributors, Blower $65.05 7A 3K 8X View Operators. Ur:dergroun:: Distribution it Mulch Sevier ii WaLer Seeding Operator King Pov er Outside Hoists (Elevators $68.02 7A 3K 8X View Operato.s- Uric] And Manlifts), Air Seeder & Macer Tuggers, Strato King Povier EquiprierrL Overhead, Bridge Type $68.55 7A 3K 8X View Operators- Urd.erground Crane: 20 Tons Through Seder Er Viafer 44 Tons King Po.ver Equiprliev' Overhead, Bridge Type: $69.85 7A 3K 8X View Operators- Ur.•dercrmi ., 100 Tons And Over Seeder & 'WaLer- King Povier Equipr erL Overhead, Bridge Type: $69.16 7A 3K 8X View Operators- Urder round 45 Tons Through 99 Tons Sewer &Water King Po,,ver El;jiQo'enL Pavement Breaker $65.05 7A 3K 8X View Operators- Underground Sev,fer & ; -'If.er King Povder Equip ' Pile Driver (other Than $68.55 7A 3K 8X View .-... Crane Mount) — King P6_ Plant Oiler- Asphalt, $68.02 7A 3K 8X View O;r rawi Crusher Se King Posthole Digger, $65.05 7A 3K 8X View Mechanical King Power Plant $65.05 7A 3K 8X View King Pumps -Water $65.05 7A 3K 8X View 36 3/2017 ` King Pov..,,er Eqijip�7ienr Quad 9, Hd 41, D10 And $69.16 7A 3K 8X View Operators- Underground Over King Po,,,.,er Eq,jipn-ient. Quick Tower- No Cab, $65.05 7A 3K 8X View Operators- Under 100 Feet In Height King P,)v,,er Fq-.jipn--'-'n I L Remote Control Operator $69.16 7A 3K 8X View Operators- Undel-grourl, On Rubber Tired Earth Se,l,!er -avVa1-- Moving Equipment King P o'vv c r F,-I Rigger and Bellman $65.05 7A 3K 8X View Operators- Urdorgj-�-)un- ,Sewer It Water I King Po,,e,,er Er,��jipn-.cW Rigger/Signal Person, $68.02 7A 3K 8X View Sewer F--. WaLer King Power Eqjiprnen, RoLlagon $69.16 7A 3K 8X View Operators- Urderpiound King E�]-"Ji pq erl�' Roller, Other Than Plant $65.05 7A 3K 8X View King Pov'.rer Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View Opierator" lift Materials King Po,!er EqtjiP:)v-ier,' Roto-mitt, Roto-grinder $68.55 7A 3K 8X View Ft V'Iatel King Saws - Concrete $68.02 7A 3K 8X View King Scraper, Self Propelled $68.55 7A A 8X View op' Under 45 Yards King Scrapers - Concrete Et $68.02 7A 3K 8X View King Fovjer Scrapers, Setf-propetLed: $69.16 7A A 8X View ,)perators- Undergr, 45 Yards And Over King t-ower Equip-nerL Service Engineers - $68.02 7A 3K 8X View OperaLors- Equipment Sewer Et Wa'Lcr Equipment King Shovel, Excavator, $68.02 7A 3K 8X View Backhoe, Tractors Under 37 3/2Ol7 Sewer 8:Water 15 Metric Tons, King Po,'er Shovel, Excavator, $69.16 7A 3K 8X View Operators Under jr ours.: Backhoe: Over 30 Metric Sewer Et Water Tons To 50 Metric Tons King Po%vPr Equiprr,ent Shovel, Excavator, $68.55 7A 3K 8X View Operators- Underrou ori Backhoes, Tractors: 15 To Sewer &Water 30 Metric Tons King Poivie r E:,:.r - Shovel, Excavator, $69.85 7A 3K 8X View Operators Backhoes: Over 50 Metric Sewer &Water Tons To 90 Metric Tons _ King ,er Equip��er' Shovel, Excavator, $70.57 7A 3K 8X View <rrators- Urderr�i:,; Backhoes: Over 90 Metric ,,/er it Water Tons King Power En«yip; e p t Slipform Pavers $69.16 7A 3K 8X View Operators Ur.derrol+� . — Sev'•rer 8: Water King Power Equi�,mert Spreader,5 readerTopsider& $69.16 7A 3K 8X View ,� p Operators- Urdergrounc Screedman Sever Water King P , , in ;r r ' Subgrader Trimmer $68.55 7A 3K 8X View King ;er Equipn.ent Tower Bucket Elevators $68.02 7A 3K 8X View .,rators- Undersr'ow')d !er & h/aLe r King ver Egtripr,c:r� Tower Crane Up To 175' In $69.85 7A 3K 8X View gators- Urdt-.o Height Base To Boom King _ _ Tower Crane: over 175' $70.57 7A 3K 8X View Ooerators. through 250' in height, ver & IVaier base to boom King Pov.,er Eq:jipcnert Tower Cranes: over 250' $71.26 7A 3K 8X View Operators- Urder;roi in height from base to Sewer ct 1,tiater boom King r' .,•,a- E.,. i- -.1-tTransporters, All Track Or $69.16 7A 3K 8X View Truck Type King cr,vcr Fc,iuipV-:.era Trenching Machines $68.02 7A 3K 8X View Operators Urderarot;a�;:! Se)�rer E: Wader King ,ler Equiprr;ert Truck Crane Oiler/driver- $68.55 7A 3K 8X View operators- Under',r�ou�idle 100 Tons And Over Sewer Et Waver King "'..,%,er_ Ea ,:., Truck Crane Oiler/Driver $68.02 7A 3K 8X View erato­s Under 100 Tons SPwer & VWa:: King Po\n-er Fquiprrerr. Truck Mount Portable $68.55 7A 3K 8X View erators- Ur.derr,rou Conveyor er Ft War-e! 38 3/2017 King Welder $69.16 7A 3K 8X View King Wheel Tractors, Farman $65.05 7A 3K 8X View Type King Yo Yo Pay Dozer $68.55 7A 3K 8X View King Journey Level In Charge $50.96 5A 4A View King Spray Person $48.35 5A 4A View King Tree Equipment Operator $50.96 5A 4A View King Tree Trimmer $45.54 5A 4A View King Tree Trimmer $34.51 5A 4A View Groundperson King Journey Level $82.51 6Z 1G View King Journey Level $58.82 5A 1M View King Journey Level $32.06 1 View King Journey Level $29.25 1 View King Journey Level $46.43 7A 4C View King Journey Level $47.17 5P 1E View King Journey Level $36.01 1 View King Journey Level $44.15 7L 1H View King Journey Level $29.87 1 View King Journey Level $26.18 1 View King Journey Level $27.38 1 View King Journey Level $27.80 1 View King Journey Level $39.43 1 View King Journey Level $54.12 5A 1G View King Journey Level (Field or $51.89 7F 1R View Shop) King Journey Level $51.07 5A 3J View King Journey Level $48.18 5C 2R View King Journey Level $58.82 5A 1M View King Journey Level $54.06 5A 1M View 39 3/2017 King sidcniIa Terra='ii[e Journey Level $24.39 1 View hers King cntiel "rile Sett,-; Journey Level $21.04 1 View King of ers Journey Level $53.27 5A 3H View King Using Irritable Bituminous $56.27 5A 3H View Materials King eeL-Atu't..3 V!oIk.erS Journey Level (Field or $85.88 7F 1E View Shop) King Shipbuildin-g & '-hip Rep:%,ir New Construction $36.36 7V 1 View Boilermaker King iipbuildin, fi Sfiip Repair New Construction $36.36 7V 1 View Carpenter King :ip:,uilding z Shim Pep&ii New Construction Crane $36.36 7V 1 View Operator King V)Lj Ldinc Ship Repair New Construction $36.36 7V 1 View Electrician King Ship uildinp Siiip Repaic New Construction Heat It $76.61 5J 4H View Frost Insulator King jildim, Ft Shit) Repair New Construction Laborer I $36.36 7V 1 View King !itding i* Ship Rep�,i- New Construction $36.36 7V 1 View Machinist King ipbuilding & Shia, Repair New Construction $36.36 7V 1 View Operating Engineer King ``01.-,, iitding Lr Shit: Repair- New Construction Painter $36.36 7V 1 View King nipbuildin, il. Ship Repair New Construction $36.36 7V 1 View Pi pefi tter King 'nbuiidiri E Siiip sir New Construction Rigger $36.36 7V 1 View King Adi. New Construction Sheet $36.36 7V 1 View Metal King ih',uilding Ship Repai; New Construction $36.36 7V 1 View Shipfitter King iipbullding f snip Repair New Construction $36.36 7V 1 View Warehouse/Teamster King EL R.ep�;ir New Construction Welder $36.36 7V 1 View / Burner King ng &,. Siiip P Ship Repair Boilermaker $46.15 7X 4J View King -n L3. f- Ship Repr,ir Ship Repair Carpenter $44.95 7X 4J View King phuiLdin (x Ship Rep�:ir Ship Repair Crane $45.06 7Y 4K View Operator King ^hipbuitdin¢ & cr; pr , aii Ship Repair Electrician $46.151 7X 4J View King h,, ! i;rr Ship Repair Heat& Frost $76.61 5J 4H View Insulator King Ship Repair Laborer $46.15 7X 4.1 View King Ship Repair Machinist $46.15 7X 4J View King Ship Repair Operating $45.06 7Y 4K View Engineer 40 3/2017 King Ship Repair Painter $46.15 7X 4J View King Ship Repair Pipefitter $46.15 7X 4J View King Ship Repair Rigger $46.15 7X 4J View King Ship Repair Sheet Metal $46.15 7X 4J View King Ship Repair Shipwright $44.95 7X 4J View King Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Journey Level $50.90 0 1 View King Journey Level $31.52 0 1 View King Journey Level f $51.07 5A 3J View King Journey Level $12.44 1 View King Journey Level $81.39 5C 1X View King Journey Level $13.23 1 View King Journey Level $58.82 5A 1MrQ8Xv View _ _ _.........King Journey Level $19.09 1 View King Assistant Construction $68.02 7A 3K View Site Surveyor King Chainman $65.05 7A 3K 8X View King Construction Site Surveyor $69.16 7A 3K 8X View King Journey Level $51.07 7E 1E View King Cable Splicer $41.81 5A 2B View King Hole Digger/Ground $23.53 5A 2B View Person King Installer (Repairer) $40.09 5A 2B View King Special Aparatus Installer $41.81 5A 2B View I King Special Apparatus $40.99 5A 2B View Installer II King Telephone Equipment $41.81 5A 2B View Operator (Heavy) King Telephone Equipment $38.92 5A 2B View Operator (Light) King Telephone Lineperson $38.92 5A 2B View King Television Groundperson $22.32 5A 2B View King Television $29.60 5A 2B View Li neperson/Installer 41 3/2017 King Television System $35.20 5A 2B View _ Technician King -or,e CorlstnlcC.I-j-" Television Technician $31.67 5A 2B View Outside King e[C-Phr r- ! it - Cor, Tree Trimmer $38.92 5A 2B View Out King r razzc >'�orn._rs Journey Level $54.06 5A 1M View King 5e_cer Journey Level $54.06 5A iM View King i2, ".a:?3? R Terrazzo Finisher $44.89 5A 1B View King :Lrc,l JL-ipers Journey Level $47.68 7A 11KK View King s Asphalt Mix Over 16 Yards $61.59 51D 4Y 8L View King Truck Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Dump Truck $60.751 5D 4Y 8L View King acs: Dri•,e s Dump Truck&Trailer $61.591 5D 4Y 8L View 'King 1c', ori. Other Trucks $61.59 5D 4Y 8L View King Truck Drives - Roadv N,,i Transit Mix $61.591 51D 4Y 8L View King 'deit Drl.l.ers Irr i-ati�) Irrigation Pump Installer $17.71 1 View °urrip 'n:�ta�ler-s King "Iek Drillers Et Irrigation Oiler $12.97 1 View hiJ!'na. p 11--s' iler`: King WeH Drillers R, 'r Well Driller $18.00 1 View Pump irrta!ler 42 3/2017 EXHIBIT F TITLE VI ASSURANCES During the performance of this contract, the contractor/consultant, for itself, its assignees and successors in interest(hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non-discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub-contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Sub-contracts,Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub-contract, including procurement of materials or leases of equipment, each potential sub-contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 43 3/2017 5. Sanctions for Non-compliance In the event of the contractor's non-compliance with the non-discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be appropriate, including, but not limited to: Withholding of payments to the contractor under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of the contract, in whole or in part 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. 44 3/2017 SECTION 096516 RESILIENT TILE FLOORING PART 1—GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract,including General and Supplementary Conditions and Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Vinyl tile flooring 1.3 SUBMITTALS A. Product Data:For each type of product indicated. B. Sustainable Design Submittals: 1. Laboratory Test Reports:For floor covering products,indicating compliance with requirements for low-emitting materials. 2. Product Data:For adhesives,indicating VOC content. 3. Laboratory Test Reports:For adhesives,indicating compliance with requirements for low emitting materials. 4. Product Data:For chemical-bonding compounds,indicating VOC content. 5. Laboratory Test Reports:For chemical-bonding compounds,indicating compliance with requirements for low-emitting materials. 6. Product Data:For sealants,indicating VOC content. 7. Laboratory Test Reports:For sealants,indicating compliance with requirements for low emitting materials. C. Samples for Verification:Full-size units of each color and pattern of LVT and base required. D. Shop Drawings:For each type of floor covering.Include floor covering layouts,locations of seams, edges,columns,doorways,enclosing partitions,built-in furniture,cabinets,and cutouts. E. Closeout Submittals: Submit the following: 1. Operation and Maintenance Data:Operation and maintenance data for installed products. Include methods for maintaining installed products,and precautions against cleaning materials and methods detrimental to finishes and performance. 2. Warranty: Warranty documents specified herein. 1.4 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs workers for this Project who are competent in techniques required by manufacturer for floor covering installation and seaming method indicated. 1. Engage installer certified as a manufacturer's`Associate Mechanic"or"Master Mechanic." Resilient Tile Flooring Section 096516-2 45 3/2017 1.5 DELIVERY,STORAGE,AND HANDLING A. Store resilient products and installation materials in dry spaces protected from the weather,with ambient temperatures maintained within range recommended by manufacturer,but not less than 50 deg F(10 deg C)or more than 90 deg F (32 deg C). Store tiles on flat surfaces. 1.6 PROJECT CONDITIONS A. Environmental Requirements/Conditions: In accordance with manufacturer's recommendations,Areas to receive flooring should be clean,fully enclosed and weathertight with the permanent HVAC system operational and set at a minimum of 68o F(20o C)for a minimum of 7 days prior to,during,and 7 days after the installation. The flooring material should be conditioned in the same manner for at least 48 hours prior to the installation.Maximum temperature should not exceed 100 degrees F after installation.Areas to receive flooring shall be adequately lighted to allow for proper inspection of the substrate,installation and seaming of the flooring,and for final inspection. B. Temperature Requirements:Maintain air temperature in spaces where products will be installed for time period before,during,and after installation as recommended by manufacturer. 1. Temperature Conditions:68 degrees F(20 degrees C)for 7 days prior to,during and after installation. C. Existing Conditions:Prior to installation,it is the installer's responsibility to inspect the conditions and to report,in writing,to the Owner of any conditions present that would bar the proper installation of the material. D. Field Measurements: Verify actual measurements/openings by field measurements before fabrication;show recorded measurements on shop drawings. Coordinate field measurements and fabrication schedule with construction progress to avoid construction delays. 1.7 WARRANTY A. Manufacturer's Warranty: Submit,for Owner's acceptance,manufacturer's standard warranty document executed by authorized company official.Manufacturer's warranty is in addition to, and not a limitation of,other rights Owner may have under Contract Documents. 1. Warranty Period:Five(5)year limited warranty commencing on Date of Substantial Completion 1.8 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Vinyl:Furnish product equal to 4.0 percent of quantity installed from same production run as products installed.Package products with protective covering and identify with descriptive labels. Resilient Tile Flooring Section 096516-2 46 3/2017 PART 2—PRODUCTS 2.1 PRODUCTS,COLORS AND PATTERNS A. General:Products and manufacturers as listed on the drawings.No substitutions allowed. B. Tile vinyl: 1. Description:Mannington Crown Collection rigid core LVT with solid core construction. 2, Width:7" 3. Length: 48" 4. Gauge:6 mm 5. Micro-bevel edges 6. Pattern and Color:Featured Oak MCC102 7. Interlocking installation. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates,with Installer present,for compliance with requirements for installation tolerances,and other conditions affecting performance.Per manufacturer,moisture content should not be an issue. 1. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks,ridges,depressions,scale,and foreign deposits that might interfere with adhesion of resilient products.Check manufacturer's installation guide for concrete floor installation. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3. Material Inspection: In accordance with manufacturer's installation requirements,visually inspect materials prior to installation.Material with visual defects shall not be installed. 3.2 PREPARATION A. Prepare substrates according to manufacturer's written recommendations to ensure proper installation of resilient products. B. Surface Preparation Concrete Floor: 1. General:Prepare floor substrate in accordance with manufacturer's instructions. 2. Concrete subfloor should meet requirements prescribed in ASTM F710 standard practice for preparing concrete floors.Concrete subfloors must be dry,smooth and free from dust, solvent,was,grease,oil asphalt sealing compounds and other extraneous materials.The surface must be hard and dense,and free from powder or flaking. Surface of the slab should be flat to v ithin 3/16'in 10 ft.and 1/327'in l ft- Resilient Resilient Tile Flooring Section 096516-2 47 3/2017 3. The final responsibility for determining if the concrete is dry enough for installation of the flooring lies with the floor covering installer.Although Mannington Crown Collection planks are not susceptible to damage from moisture,excessive subfloor moisture can be a breeding ground for mold,mildew,and fungus.The Limited Warranties do not cover discoloration from mold or flooding,leaking plumbing or appliances,water entering completely cured through sliding glass door or similar conditions.In accordance with ASTMI869 moisture emission from subfloor should not exceed 81bs.per 1,000 sq ft per 24 hours as measured with the calcium chloride test. If using ASTM 2170 In Situ Relative Humidity Test,relative humidity should not exceed 90%.New concrete slabs should be thoroughly dry at least six weeks and completely cured. 4. Holes,grooves,control joints/saw kerfs and other depressions must be filled with a high quality patching&leveling compound,toweled smooth and feathered even with the surrounding surface. 5. Concrete floors with a hydronic radiant heating system are satisfactory,provided the temperature of the floor does not exceed 85 degrees F. at any point.Before installing the flooring,the heating system should be turned on to eliminate residual moisture. 3.3 INSTALLATION 1. Mannington Crown Collection is designed to be installed as a`floating floor".Do not secure the planks to subfloor.Undercut wood door jambs.If jamb cannot be cut,proper expansion must be maintained around doorjamb.Do not install cabinets or casework on top of flooring.Do not fasten through flooring when installing wall moldings and transition strips.Floor is an angle/angle installation. B. Installation Techniques: 1. Where cabinets and other items are indicated for installation on top of finished flooring, install flooring before these items are installed. 2. Scribe,cut,fit flooring to allow minimum necessary expansion to vertical surfaces, permanent fixtures and built-in furniture,including pipes,outlets,edgings,thresholds, nosings,and cabinets.Where possible,flooring should slide under baseboards to hide edges. 3. Extend flooring into toe spaces,door reveals,closets,and similar openings. 4. Install flooring on covers for telephone and electrical ducts,and similar items occurring within finish floor areas.Maintain overall continuity of color and pattern with pieces of flooring installed on these covers. 3.4 FIELD QUALITY REQUIREMENTS A. If necessary,Owner will provide and pay for a special inspection. 3.5 CLEANING A. Remove temporary coverings and protection of adjacent work areas.Repair or replace damaged installed products. Clean installed products in accordance with manufacturer's instructions prior to owner's acceptance.Remove construction debris from project site and legally dispose of debris. 1. Remove visible adhesive and other surface blemishes using cleaning methods recommended by tile floor manufacturer. 2. Sweep and vacuum floor after installation. 3. Do not wash floor until after time period recommended by flooring manufacturer. 4. Damp-mop flooring to remove black marks and soil. Resilient Tile Flooring Section 096516-2 48 3/2017 3.6 PROTECTION A. Protection:Protect installed product and finish surfaces from damage during construction. Remove and legally dispose of protective covering at time of Substantial Completion. 3.7 INITIAL MAINTENANCE PROCEDURES A. General:Include in Contract Sum Amount cost for initial maintenance procedures,and execute procedures after flooring installation as recommended by flooring manufacturer. B Initial maintenance"Starter Kit" supplied by manufacturer.Initial maintenance to be conducted by flooring contractor. END OF SECTION 096516 49 3/2017 W Request for Taxpayer Give Form to the Form (Rev.October 20") Identification Number and Certification requester.Do not !10-:r�;r:,o;•��,i of 1:e:r-:.,:,ry send to the IRS. ►Go to wwwAm9avlF6rmWV for instnwIlons and the latest information. 1 ; amu{u;,st'rso,»on yotle tn;tune tsx rt-t!-M),•ULUFTj in raq.rir�,Oon this Kne;do not yea!a tt r�:lirR bl:wk. Great Floors LLC 2 Business name,it ti Hxe71 trcrn above Great Floors Commerriat m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check onfr one of the 4 Exemptions(codes appy only to R following seven boxes. certain entitles,not Individuals:am CL instructions on page 3): 0 0 [3tndividuallsole proprietor or El Corporation ❑S Corporation ❑ Partnership 11 Trust estate a = single-rnember LLC Exempt payee code(d any) Limited liabirty ,company,Enter the tax classification(C--C corporation,Sw4 corporation,P=Partnershlp)► C Notes Check the appropriate box in the line above for the tax ckmitlratlon of the single-member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is -c u another LLC that is not disregarded from the owner for U.S,federal tau purposes.Otherwise,a single-member LLC that code(it any) Is disregarded from the owner shotild check the appropriate box for the tax classification of its owner. ❑ Other(see Instructions)► lij*L-m.�,m m91,elt?4>:: _5 Add rwz(namber•,MA {ir 1d-,r,,•or Suite no)Sew;nstr uction9• Rprii iestEr-s name and addr?ss(uptic n4 CID South 1801h Strcet Kent WA 9503T. 7 !- 1 acctxr l r,,rrit,,r{s l 4�(apilGnnp 1"ax Ayer Ideritification Ntavrebe crlN) Enter your TIN In the appropriate box.The TIN provided must match the name given online 1 tc avoid soclsl socNrity number backup withholding,For individuals,this is generally your social security number(SSN).However,for a _m resident alien,sole proprietor,or disregarded entity,see the instructions for Part 1,later,For other entities,it is your employer identification number ZEIN).If you do not have a number,see How to get a -= TIN,later, or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and I Errrployer ideon number Number To Give ft Requester for guidelines on whose number to enter. 5 Gf*rEifjkia ria n Under penalties of perjury.I certify that: 1.The number shown on this form is my correct taxpayer Identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup wilhholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certifroation instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have felled to report all interest and dividends on your tax retum.For real estate transactions,item 2 does not apply.For mortgage interest paid, acqu sKiom ar abandonment of secured prcparty,cancellation of debt,contrIbutiensto an indi•"Ic.k ry ni•c=!r9"t ai,,:--__�mzrrl OMT anti ge+te'a" ,fay{nr:•.nts other than interest and divinends,you arc no'rEqulred to sign the certific;:tlnn,bu'you must rMvi it;'DuF ,rn-t Ti: See t"o InstntGicry lar Par-.II,{afar. SignSignature of t Here JU.S.per"n► r .� 1 V�c t Date b- I General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise -Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest informatlon about developments -Form 1099-8(stock or mutual fund sales and certain other related to Form W-9 and Its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs-9ov1F6rmW9 •Form 1099-S(proceeds from real estate transactions) Purpose of Form -Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requested who is required to file an -Form 1099(home mortgage interest;,1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(11N)which may be your social security number .f=orm 1099-C(canceled de" (SSI ,individual taxpayer identification number(iTIN),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIM,or employer Identification number (EIN),to report on an Information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN, returns include,but are not limited to,the following. H you do not refum Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.Nm 10231X Form W-0(Rev.10-2018) GREAFLO-01 JSENESCALL �� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1/17/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Drew Hoskins,CRIS,ACSR -NAMEAlliant Insurance Services,Inc. A E,d:(509)343-9224 (AIC.No):(509)325-1803 818 W Riverside Ave Ste 800 MAIL Spokane,WA 99201 $5 Drew.Hos kins@aliiant.corn INSURER(S)AFFORDING COVERAGE _ NAIC# INSURER A-Union Insurance Company 25844 INSURED INSURER B Great Floors,LLC et al INSURER C: 505 E Front St INSURER D Coeur d'Alene,ID 83814 INSURER E INSURER F: COVERAGE$ 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 SUBJECTTOALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUMR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSA WV❑ (MMIDD/YYYY MM/DD A X COMMERCIAL GENERAL LIABILITY FACH OCCURRFNCE 1'000,000 h:nc;' It✓REI; E❑ 300,000 CLAIMS-MADE �X occuR X CPA6035546-20 7/13/2019 7/13/2020 :;:,:F,;=•.Fy,,,-., __�,;ren-: MFn FYP(Any one nersonl $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 G--:!'! A.•:J^'t Cis.I L_'.V"APFUFS PER: GENERAL AGGREGATE $ 2'000'000 POLICY X PET 1 "..I LOC PRODUCTS-COMP/OPAGG $ 2,000,000 O 1'HER A CCrtvIBINED SIMM-LE LIMIT 1,000,000 AUTOMOBILE LIABILITY Ea acr--idem $ X ANY AUTO CPAG035546-20 7/13/2019 7/13/2020 BODILY INJURY(Per rson) $ OWNED SCHEDULED AUTOS ONLYAUTOS BODR.Y INJURY Per accident) $ �( HIRED X N-1-OWNED IF5r c tllent�A 11 AGE $ AUTOS ONLY AUTOS ONLY UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LU\B CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ A WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY RT 1T Y/N CPA6035546-20 7/13/2019 7/13/2020 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E L EACH ACCIDENT $ (Mandatory In NIA 1,000,000 (Mandatory In NH) E L DISEASE-EA.EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS t LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schadule,may be attached If more space Is required) RE:Seattle Commercial-Contract-Dumas Bay Centre-Suite Flooring Replacement City of Federal Way is Additional Insured with respect to General Liability for Ongoing Operations of the Named Insured as required by written contract. General Liability coverage is Primary Non-Contributory. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cit of Federal Way THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y y ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 9718 Federal Way,WA 98063-9718 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 0�;% 7 L� L 00RPGUTtHEAt*UARTERs.-.524 fast Sherman Avenue Coeur dAtene,41):83814.208/664-S'405 SEATTLE COAP ORATE 05WE,Post Office BOX 81006.Seattle,WA 98108.205/624-3220•www.greatfloors;com 9115/2018 To Whom it may:concern: This letter is:written permission to allow bid,and contract documents to be signed on behalf of Great Floors, LLC by Jim Birney, Branch Manager.Seattle Commercial division of Great Floors, Sincerely, JeMcGee. Partner and CFO Great Floors, LLC Notarization: On this day of August, 2018,in the county ofXootenaj,State of Idaho,Jim McGee: personally appeared in front of me and swore:that he is in fact a Member of Groat Floors, LLC* and is duly authorized to act on behalf of'said organization,.Subscribed and sworn to me on day of 2018: Tina St..Clair S -.7 y. Notary public—State of Idaho C)F SEATTLE RENT BELLINGHA&I YAKIMA 1251 UtAvenue:Sourtfi 9021 South Mth Street 346"lest Bakerview:Rd; 1510.8 E,Nob Hill Wd, s.j--at,,Ie,WA 98134 Rent WA 98032 13eViqg4m,WA 98226 Yakima,WA 98901 205/524-7800 425!251-02W. 360,IP-0-3599: FF-VtRAL 1*1-11: TACONIA BURLINGTO-H 308-A0 facificHQhWav S. G=Tacorna.Mail Bfvd. 1250 Swan-Drive 720DW.jOkwio, ian.Ptace red.-ral yky,9VA 98063 Tarma,NUA 9U4,09 Kamrtewkk,VA 99336 253183X),-2142 - 2531-04-9034 36017 :'5 'SELLEVVE SILVERDALE SPOKANE VALLEY 12802 BelwRed Road 32W N.W.Randal Way 137081ndiana BeHeyui_-VVA 98005 Silverdale.VIA 89383 Spr'KEnie Vailay,WA 99216 425i455-3332 1 5OW53S-A60; LACEY NQRTF SPOKANE