Loading...
HomeMy WebLinkAboutCAG2020-252 - Original - CFC Construction, LLC - City Hall Courtyard Improvements - 08/06/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: Director or Designee Mayor Date of Council Approval: Grant? Yes No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? Yes No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? Yes No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 Budget Account Number: Budget? Yes No Dir Asst: Sup/Mgr: Dir/Dep: PUBLIC WORKS AGREEMENT between City of Kent and CFC Construction, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereina fteer the "City"), and CFC Construction, LLC, organized under the laws of the State of Washington, located and doing business at 202233 192nd St. Renton WA. 982058, 425-433-8547, Chris Cummings, (hereinafteer the "Contractor"). AGREEMENT Thee parties agree as follows: I.DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specificcations: Theis project involves repair of the City of Kent 2nd flooor courtyard to prevent water intrusion. Thee scope of work includes the removal of approximately 500 square feet of pavers and mortar bed to expose the perimeter of the existing concrete deck and installation of new waterproof membrane, new pavers in new mortar bed. Thee scope also includes replacement of perimeter wall floashings at the walls of the courtyard which will require the removal and reinstallation of existing aluminum window and door units and replace the existing skylight units all per plans and specificcations provided by Broderick Architects dated 5/21/2020, in accordance with proposal dated 6/23/2020, which is incorporated as Exhibit A. Thee Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effeect at the time such services are performed. II.TIME OF COMPLETION. Thee parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the e ffeective date of this Agreement, the Contractor shall complete the work described in Section I within 90 Days. III.COMPENSATION. Thee City shall pay the Contractor a total amount not to exceed $263,191.50, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. Thee Contractor shall invoice the City monthly. Thee City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. Thee City’s payment shall not constitute a waiver of the City’s right to ficnal inspection and acceptance of the project. Card Payment Program. Thee Contractor may elect to participate in automated credit card payments provided for by the City and its ficnancial institution. Theis Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by ficnancial institutions or credit card companies. Thee Contractor shall not charge those fees back to the City. A.Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B.Retainage. Thee City shall hold back a retainage in the amount of ficve percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days a fteer the date of ficnal acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & PUBLIC WORKS AGREEMENT - 1 (Over $20K with Performance Bond) Industries, and the State Employment Security Department, and until settllement of any liens ficled under Chapter 60.28 RCW, whichever is later. Thee amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor’s signature on the Agreement. C.Defective or Unauthorized Work. Thee City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City’s writtlen approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” shall mean all reasonable costs, including legal costs and a ttlorney fees, incurred by the City beyond the maximum Contract price specificed above. Thee City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D.Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV.INDEPENDENT CONTRACTOR. Thee parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A.Thee Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B.Thee Contractor maintains and pays for its own place of business from which the Contractor’s services under this Agreement will be performed. C.Thee Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor’s services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D.Thee Contractor is responsible for ficling as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E.Thee Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor’s business, and has obtained a Unificed Business Identificer (UBI) number from the State of Washington. F.Thee Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G.Thee Contractor maintains a set of books dedicated to the expenses and earnings of its business. V.TERMINATION. Thee City may terminate this Agreement for good cause. “Good cause” shall include, without limitation, any one or more of the following events: A.Thee Contractor’s refusal or failure to supply a sufficcient number of properly skilled workers or proper materials for completion of the Contract work. B.Thee Contractor’s failure to complete the work within the time specificed in this Agreement. C.Thee Contractor’s failure to make full and prompt payment to subcontractors or for material or labor. D.Thee Contractor’s persistent disregard of federal, state or local laws, rules or regulations. PUBLIC WORKS AGREEMENT - 2 (Over $20K with Performance Bond) E.Thee Contractor’s ficling for bankruptcy or becoming adjudged bankrupt. F.Thee Contractor’s breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. Afteer termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction. VI.PREVAILING WAGES. Thee Contractor shall ficle a “Statement of Intent to Pay Prevailing Wages,” with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Thee Contractor shall pay prevailing wages in effeect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. Thee latest prevailing wage rate revision issued by the Department of Labor and Industries is attlached. VII.CHANGES. Thee City may issue a writtlen change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a writtlen change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. Thee City will attlempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. Thee Contractor shall proceed with the change order work upon receiving either a wri ttlen change order from the City or an oral order from the City before actually receiving the wri ttlen change order. If the Contractor fails to require a change order within the time specificed in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. Thee Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and ficnal settllement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or a ffeected by the change. VIII.FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, ficre, floood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effeective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith effeorts to avoid the effeects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision.   If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. Thee cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to ful ficll its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor, IX.CLAIMS. If the Contractor disagrees with anything required by a change order, another wri ttlen order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may ficle a PUBLIC WORKS AGREEMENT - 3 (Over $20K with Performance Bond) claim as provided in this section. Thee Contractor shall give writtlen notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs ficrst . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely wri ttlen claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's writtlen claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A.Notice of Claim. Provide a signed writtlen notice of claim that provides the following information: 1.Thee date of the Contractor's claim; 2.Thee nature and circumstances that caused the claim; 3.Thee provisions in this Agreement that support the claim; 4.Thee estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5.An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B.Records. Thee Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. Thee City shall have access to any of the Contractor's records needed for evaluating the protest. Thee City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C.Contractor's Duty to Complete Protested Work . In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D.Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any writtlen or oral order (including directions, instructions, interpretations, and determination). E.Failure to Follow Procedures Constitutes Waiver . By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any wri ttlen or oral order (including directions, instructions, interpretations, and determination). X.LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI.WARRANTY. Thee Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. Thee Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor’s receipt of notificcation from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. Thee Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII.DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub- contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason PUBLIC WORKS AGREEMENT - 4 (Over $20K with Performance Bond) of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualificed and available to perform the work to which the employment relates. Thee Contractor shall execute the attlached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, ficle the attlached Compliance Statement. XIII.INDEMNIFICATION. Thee Contractor shall defend, indemnify and hold the City, its o fficcers, officcials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and a ttlorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. Thee City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnificcation. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officcers, officcials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor’s liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnificcation clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor’s part, then the Contractor shall pay all the City’s costs for defense, including all reasonable expert witness fees and reasonable attlorneys’ fees, plus the City’s legal costs and fees incurred because there was a wrongful refusal on the Contractor’s part. Thee provisions of this section shall survive the expiration or termination of this Agreement. XIV.INSURANCE. Thee Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attlached and incorporated by this reference. XV.WORK PERFORMED AT CONTRACTOR'S RISK. Thee Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI.MISCELLANEOUS PROVISIONS. A.Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B.Non-Waiver of Breach. Thee failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effeect. C.Resolution of Disputes and Governing Law . Theis Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to se ttlle any dispute, diffeerence or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, di ffeerence or claim, shall only be by ficling suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and a ttlorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnificcation under Section XIII of this Agreement. PUBLIC WORKS AGREEMENT - 5 (Over $20K with Performance Bond) D.Writtlen Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notificed to the contrary. Any writtlen notice hereunder shall become effeective three (3) business days afteer the date of mailing by registered or certificed mail, and shall be deemed sufficciently given if sent to the addressee at the address stated in this Agreement or such other address as may be herea fteer specificed in writing. E.Assignment. Any assignment of this Agreement by either party without the wri ttlen consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effeect and no further assignment shall be made without additional writtlen consent. F.Modificcation. No waiver, alteration, or modificcation of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G.Entire Agreement. Thee writtlen provisions and terms of this Agreement, together with any Exhibits attlached hereto, shall supersede all prior verbal statements of any officcer or other representative of the City, and such statements shall not be effeective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement confloict with any language contained in this Agreement, the terms of this Agreement shall prevail. H.Compliance with Laws. Thee Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effeective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I.Public Records Act. Thee Contractor acknowledges that the City is a public agency subject to the Public Records Act codificed in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. J.City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. / / / / / / / / / / / / / / / / / / / / K.Counterparts and Signatures by Fax or Email . Theis Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effeect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR:CITY OF KENT: PUBLIC WORKS AGREEMENT - 6 (Over $20K with Performance Bond) By: (signature) Print Name: Its (title) DATE: By: (signature) Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CONTRACTOR: Chris Cummings CFC Construction, LLC 202233 192nd St. Renton, WA. 982058 425-433-8547(telephone) 425-433-8150(facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Nathen Harper City of Kent 220 Fourth Avenue South Kent, WA 982032 (253) 856-5082(telephone) (253) 856-6080(facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk PUBLIC WORKS AGREEMENT - 7 (Over $20K with Performance Bond) Chris F Cummings Owner July 27, 2020 08/06/2020 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY Thee City of Kent is committled to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City’s equal employment opportunity policies. Thee following questions specificcally identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specificc Agreement to adhere to. An afficrmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement; Thee questions are as follows: 1.I have read the attlached City of Kent administrative policy number 1.2. 2.During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3.During the time of this Agreement the prime contractor will provide a wri ttlen statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4.During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5.Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulficll the ficve requirements referenced above. By:___________________________________________________________ For:__________________________________________________________ Title:_________________________________________________________ Date:_________________________________________________________ EEO COMPLIANCE DOCUMENTS - 1 CFC Construction LLC Owner July 27, 2020 CITY OF KENT ADMINISTRATIVE POLICY NUMBER:1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT:MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following afficrmative steps: 1.Provide a writtlen statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2.Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City’s nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officcers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1.Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City’s equal employment opportunity policy. 2.Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT Theis form shall be ficlled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the ficrm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By:___________________________________________________________ For:__________________________________________________________ Title:_________________________________________________________ Date:_________________________________________________________ EEO COMPLIANCE DOCUMENTS - 3 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes Thii s certificc ation is required by state law (RCW 39.04.350(2)) to be submi ttee d to the City before the contract can be awarded. Thee bidder hereby certifices that, within the three-year period immediately preceding the bid solicitation date (5/26/2020), the bidder is not a “willful” violator, as deficned in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a ficnal and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. CFC Construction, LLC By:___________________________________________________________ Signature of Authorized Officcial* Printed Name:_________________________________________________ Title:_________________________________________________________ Date:_________________________________________________________ City and State:_________________________________________________ *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officcer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 Chris F Cummings Owner July 27, 2020 Renton, WA CITY OF KENT KING COUNTY, WASHINGTON REQUEST FOR BIDS CITY OF KENT - CITY HALL COURTYARD IMPROVEMENTS PROJECT #FAC19-81 BIDS ACCEPTED UNTIL: JUNE 23, 2020 2:00 P.M. BID OPENING: JUNE 23, 2020 2:15 P.M. KENT CITY HALL COUNCIL CHAMBERS, FIRST FLOOR DELIVER TO: CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4T" AVENUE SOUTH KENT, WASHINGTON 98032 ALEX ACKLEY PROJECT COORDINATOR v, KENT W A S 11 1 r, G i U h BIDDER'S CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for CITY HALL COURTYARD IMPROVEMENTS THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicators of contractor responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria to provide the most objective framework possible within which the city will make its decision regarding the b+dder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24-hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses postal mail, the delivery will be deemed complete three days after being placed in the U,S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON -RESPONSIVE AND THEREFORE VOID, THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: f`� CON 1 ADDRESS: 2_02.. 64 ' /9 Z�u PRINCIPAL OFFICE; ADDRESS: 2_0 - �Z- r.19 6 S7- PHONE:—.�/.�� � T3 ` Z_ FAX: !Z`�.--�t5�© 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three-year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49,48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past: five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Sank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e,g., parent -subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Ga19t7 �umryar�� Y 32,4 Icli`1 4 CFC CONSTRUCTION LLG Lye Ypate;; 203E192ND i�i Date ;REIVTON WA 9.05$ - 3 Fx = y is 64AIDDI-WASHMION Department of Labor & Industries Certificate of Workers' Compensation Coverage WA UBI No. L&I Account ID Legal Business Name Doing Business As Workers' Comp Premium Status Estimated Workers Reported (See Description Below) Account Representative Licensed Contractor? License No. License Expiration June 16, 2020 603 199204 235,680-00 CFC CONSTRUCTION LLC CFC CONSTRUCTION LLC Account is closed. NIA Employer Services Heip Line, (360) 902-4817 Yes CFCCOCL888J0 06/16/2022 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RC_W 51,.1 2.050 and 51 .1.6.1.9.0). 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12.065 (3). STATEMENT CFC Construction LLC, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of CFC Construction LLC, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Date. June 1 , 2020 Signed:. Chris Cummings, owner 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to Oct and speak for your company, that within the three-year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. STATEMENT Within the three-year period immediately preceding the bid solicitation date, CFC Construction LLC is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. Date: June 16, 2020 Signed under penalty ofperjury, g p Y Chris Cummings, Owner 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. PROVIDE PROOF CFC Construction LLC submits the following information as proof for CFC Construction LLC having completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement: Public Works Projects: 1. Washington State History Museum Tacoma, WA 2. Auburn Airport Auburn, WA 3. Seattle Central Community College Seattle, WA 4. Pierce County Jail Tacoma, WA 5. Northwest Center Seattle, WA 6. Bellevue Housing Authority Bellevue, WA Washington State Business License: See attached Exhibit A from Ini.wa.gov for Effective date of current business license and exemption from required training. Date: June 1q, 2020 Signed: IJ Chris Cummings, Owner . _�(�. -Fx 1� 11 k1�.IA L&I regional offices are closed to public visits until further notice. Offices can still help you by phone from 8 a m. to 5 p.m. weekdays (except state holidays). Use the phone number for your closest regional office (https.(Ilni.wa.gov/agency/contact/ur)(lice locations), or you can call the Office of Information and Assistance at 360-902-5800. 'Jl.ahar & IRdusf tnes (titt�sl/Ini.wa gov� CFC Construction LLC Owner or tradesperson 20233 SE 192nd ST Principals RENTON WA 98058 CUMMINGS, CHRIS F, PARTNERIMEMBER 206-370-0327 KING County GREEN, PATRICIA FAYL, PARTNLRIMEMBER (End, 0211012020) Doing business as CFC Construction LLC WA UBl No. Business type 603 199 204 Limited Liability Company License Verify the contractors active registration / license 1 certification (depending on trade) and any past violations Construction Contractor Active Meets current requirements. License specialties GENERAL 1-cense no. CFCCOCL888JO Effective — expiration 0412012012-- 06116/2022 Bond Western Surety Co S12,000.00 Bond account no 63242325 Received by L&I Effective date 0711012017 06115/2017 Expiration date Until Canceled Bond history Insurance Contractors Bonding & Insuranc $1 000 000 00 Policy no C11SL5987 C-11-i4_ , Received by L&I 10128/2019 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings Cause no. 15-2-01997-OS E A Complaint bled by ABOUT GROUT TILE SPECIALTIES Compiamt date 0113012015 Effective dale 12118/2017 Expiration date 12/1812020 Dismissed Complaint against bond(s) or savings 61330481 Complaint amount $0.00 L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active ceOfioations exist for this business Apprentice Training Agent No active Washington registered apprentices exist for this business. Washington allows the use of apprentices registered with Oregon or Montana. Contact the Oregon Bureau of Labor &industries or Montana Department of Labor & Industry to verify if this business has apprentices Workers' Comp Do you know if the business has employees" It so verify the business is up-to-date on workers comp premiums L&€ Account ID 235,680-00 Account is closed Doing business as CFC CONSTRUCTION LLC Estimated workers reported N/A L&I account contact TO 1 DALE MCMASTER (360)902-5617 - Email: MCM5235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training— Effective July 1, 2019 Exempt from this requirement Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsdes this business was responsible for No inspections during the previous 6 year period E,c t J r Washington State Department of Revenue Services Business Lookup CFC CONSTRUCTION LLC Tax Information Entity name: CFC CONSTRUCTION LLC Entity type: Limited Liability Company Excise tax account ICJ 603-199-204 LIBI #: 603-199-204 Opened: April 1 2012 Closed: Mailing address: 20233 SE 192ND ST RENTON 1NA 98058-0271 NAICS: 236115 - New Single -Family Housing Construction (except For -Sale Builders) New search Back to results Reseller Permits) Filter Reseller permit # Status Effective date Expiration date A25986222 Active May-07 2020 May-06-2022 A25986220 Expired May -07 2018 May-06-2020 A25985218 Expired May-07-2016 May-06-2018 A25986216 Expired May-V-2014 May-06 2016 A25986214 Expired May-07 2012 May-06-2014 Business License Locations F liter Business name License account ID # Location address CFC CONSTRUCTION LLC 603199204-001-0001 20233 SE 192ND ST RENT ON WA98058-0271 CFC CONSTRUCTION LLC 603199204-001-0002 20233 SE 192ND ST RENTON WA 98058-0271 The Business Lookup information is updated nightly. Search date and time: 6/16/2020 11 46 04 AM Working together to fund Washington's future 2. ORGANIZATION — CFC Construction LLC 2.1 How many years has your organization been in business as a Contractor? 13 years 2.2 Now many years has your organization been in business under its present business name? 8 years 2.2.1 Under what other or former names has your organization operated? CFC Construction 2.31f your organization is a corporation, answer the following: 2.3.1 Date of incorporation: N/A 2.3.2 State of incorporation: N/A 2.3.3 President's name: N/A 2.3.4 Vice-president's name(s): N/A 2.3.5 Secretary's name: N/A 2.3.6 Treasurer's name: N/A 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: N/A 2.4.2 Type of partnership (if applicable): N/A 2.4.3 Nome(s) of general partner(s): N/A 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 04/20/2012 2.5.2 Name of owner: Chris F Cummings 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 3, LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Washington State, General Contractor, CFCCOCL888JO 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington State Date: June2020 I Signed Chris Cummings, Owner 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. • Administrative • Carpentry • General Labor 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2A Has your organization ever failed to complete any work awarded to it? No 422 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (if the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. CFC Construction LLC currently has no construction projects in progress 4.4.1 State total worth of work in progress and under contract: $0,00 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount date of completion and percentage of the cost of the work performed with your own forces. • Washington State History Museum Auditorium Seating o Owner: Washington State o Schreiber Starling Whitehead Architects o Contract amount: $250,000.00 o Date of completion: Jan 8, 2020 o 20% of the cost performed with our own forces 0 Evans Residence o Owner: Tim and Laurie Evans o Nason & Associates o Contract amount: $700,000.00 o Date of completion: Nov 15, 2019 n 30% of the cost performed with our own forces • Saggu Autoshop o Owner: John & Henry Saggu o Architect o Contract amount: $450,000.00 o Date of Completion: May 1, 2019 0 50% of the cost performed with our own forces • Firestone Tire Store o Owner: Firestone o Architect o Contract amount: $2,300,000.00 o Date of Completion: Dec 10, 2018 o 30% of the cost performed by our own forces • Auburn Airport Hanger Row 3 o Owner: City of Auburn o Rupert Engineering, Inc o Contract Amount: $250,000.00 o Date of Completion: July 1, 2015 4.5.1 State average annual amount of construction work performed during the past five years: $1,400,000.00 average annual amount of construction from 2015 to current 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Chris F Cummings, Owner See attached resume for construction experience Present commitments: Obtain new construction projects Chris F Cummings 20233 SE 195nd Street Renton, WA 98058 206-370-0327 Cell 425-433-8547 Work Chris Cummings has thirty plus years working in the construction industry and with twelve years running CFC Construction as a General Contractor. CFC Construction provides a qualified management team, skilled craftsmen, and complete support to ensure the safe success of construction projects. Owner Education United Brotherhood of Carpenters and joiners of America Apprenticeship Program; completed to Journeyman status, RVTI (Renton Vocational) Plant and Machine maintenance, electrical 1-2-3 completed, RVTI Arc welding and wire feedcourse complete, Prezant Associates Health and Safety at hazardous waste sites (40 hour course). American Safety and Health Institute Adult First Aid, Lift Truck Operations certification card and Seattle Auto Mechanic School. Construction Experience Residential remodels, new custom build residential homes, commercial TI, commercial ground up construction: wood framing, steel framing, concrete tilt -ups, concrete poured in place, structural steel. Employment work history CFC Construction — 2005 to present Responsible for locating jobs, bidding work, managing both office and job sites, supervising, scheduling manpower and subcontractors, and performing layout and carpentry tasks, and bidding from plans and specs. NW Center Tenant Improvement — Tukwila Spaghetti Factory — Tukwila Dental Offices (20) locations Auto Zone (4) locations — 2 ground ups Big Foot Java (3) locations Suncadia Homes (8) locations Turner Construction — 2000-2005 Superintendent Scheduling subcontractors, layout, carpentry tasks, material takeoffs, supervising subcontractors, carpenters, and laborers Safeway Distribution — Auburn Seattle CSI — Seattle Marriott Hotel — Seattle Zymo Genetics Inc. — Seattle Seattle City Light - Seattle SDL— McCarthy Construction - 1994-2000 Superintendent Scheduling subcontractors, layout, carpentry tasks, material takeoffs, supervising subcontractors, carpenters, and laborers Microsoft Campus — Redmond Redmond Town Center — Redmond Harbor Steps — Seattle Kent Distribution — Kent PLU — Seattle Campus George Sollitt Construction — 1988-1994 Superintendent Scheduling subcontractors, layout, carpentry tasks, material takeoffs, supervising subcontractors, carpenters, and laborers UW Cascadia — Bothell Campus Canyon Park Elementary — Canyon Park Mount Lake Terrace Elementary — Mount Lake Terrace Inglemore High School — Kenmore Samena Swim & Recreation Club - Bellevue Pollard and Rutledge Construction-1982-1988 Carpenter Apprentice —Superintendent Scheduling subcontractors, layout, carpentry tasks, material takeoffs, supervising subcontractors, carpenters, and laborers. Wheeler Home — Hunts Point Rutledge Home - Yarrow Bay Home Cascadia Development — Kent — 15 Homes Siemens Technologies — Issaquah + numerous TI jobs in the greater Seattle area 4.7 On a separate sheet, list your major equipment. • 2010 Kubota 3330 Tractor • 2012 Chevrolet 1500 Pickup Truck • 2002 Dodge 2500 Ram Diesel Truck • 2010 Chevrolet 3500 Dump Truck • 2010 PJ Equipment Trailer 14,000 lbs • 2018 Farris Tractor • Generac Generator • Steel Scaffolding • Air Scrubbers • Fall Protection Systems • Demolition Hammers 5.1 Trade References: • Johnston Construction • GTS Drywall • Ro-Con Equipment Specialist, Inc • Stoneway Concrete • Cadman 5.2 Bonk References: • Bank of America 5.3 Surety: 5.3.1: Name of bonding company: Lexon Insurance Company 5.3.2 Name and address of agent: John Criss 9321 Bay Shore Drive NW Silverdale, WA 98383 SECTION 004000 B I D PROPOSAL City of Kent City Hail Courtyard Improvements Proposal of (hereinafter called the "Bidder"), organized and existing under the laws of the State of Washington and doing business as (`Insert "a corporation", "a partnership", or "an individual') To the OWNER (City of Kent): In compliance with your Invitation to Bid, the Bidder hereby proposes to furnish all labor and materials specified herein necessary for and incidental 10 the completion of the work i n strict accordance with the Contract Documents, within the time set forth herein. and at the lump sum price stated below (not including WSST). A. LUMP SUM BASE BID: Provide all labor and materials required for the repair of the 2r' floor patio to prevent water intrusion, as shown on the drawings and as specified in the project manual for the lump surn price (which does not include Washington State Sales Taxes (WSST)) S7 B. LUMP SUM ADDITIVE ALTERNATE BID: Provide all labor and materials required for the repair of the 2na floor patio to prevent water intrusion, as shown on the drawings and as specified in the project manual for the lump sum price (which does not include Washington State Sales Taxes (WSST)) ADD ALTERNATE #1: Replacement of designated existing aluminum doors and windows (instead of reinstalling the existing units): ADD ALTERNATE #2: Removal of the entire existing courtyard paver system, approximately 1,231 square feet, down to the existing concrete slab and installation of the new waterproof membrane and new paver system: .._Dollars `y _150 0a6.moo (A?no n! rn C. WITHDRAWAL OF BID: No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. D. TIME OF COMPLETION: The work of this contract shall commence from the Notice to Proceed and the work specified in Lump Sum Base Bid shall be substantiailV cornplt!teC within seventy-five (75) calendar days for all of the work. B3 d 00�;000- E. STATE SALES TAX: The undersigned agrees that the above named Lump Sum and Bid Alternate do not include Washington State and local sales taxes (WSST). WSST will be paid to the Contractor with each pay application. F. OVERHEAD AND PROFIT: The undersigned agrees that the above Bids do include overhead, profit, and all other expenses involved, G. COMMENCEMENT OF WORK: The bidder hereby agrees to commence work under this contract within five (5) calendar days after the Notice to Proceed and to fully complete the work within the time established in paragraph C of this proposal. H. LIQUIDATED DAMAGES: The Bidder further agrees to pay as liquidated damages the sum as calculated in specification section 007000 General Conditions. article 8.3.3. BID SECURITY: Bid security is not required for this project. A Performance and Payment bond will be required of the successful bidder. J. ADDRESS: Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. K. SELECTION CRITERIA: This bid is being made in accordance with the Owner's procedures and shall be evaluated as follows: 1. Responsiveness. The Owner will consider all material submitted by the contractor to determine whether the Contractor's proposal is in compliance with the invitation to bid. 2. Responsibility. The Owner will consider all material submitted by the contractor, and other evidence it may obtain otherwise, to determine whether the contractor is capable of and has a history of successfully completing contracts of this type. The following elements may be given consideration by the Owner in determining whether a contractor is a responsible contractor: a) The ability, capacity and skill of the contractor to perform the contract and/or provide the service required; b) The character, integrity, reputation, judgment, experience and efficiency of the bidder; c) Whether the contractor can perform the contract and do so within the ti me specified; d) the quality of performance by the contractor on previous and similar contracts; e) The previous and existing compliance by the bidder with laws relating to the contract or services; and f) such other information as may be secured having bearing on the decision to award the contracts. When requested by the Owner, contractors shall furnish acceptable evidence of the contractor's ability to perform, such as firm commitments by subcontractors, equipment, supplies and facilities, and the contractor's ability to obtain the necessary personnel. Refusal to provide such information upon request may cause the bid to be rejected. Lowest Bid: The lowest bid L. SIGNATURE- By signing this Bid Proposal, the undersigned bidder agrees to submit all insurance documents, performance bonds, and signed contracts within ten (10) calendar days after City awards the Contract and be bound by al I terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. Bid 0040©0 The Bidder acknowledges the receipt of Addenda to the contract documents as follows: Addendum N 2. 3. 4 61051z,oge-) Bid Date C YtC� 1 Address 1 Address 2 q 7 Telephone Number q-25— q 3 ';;� I Fax Number Cf=z--- C-4p' LLc Company Name Submitted By (SignatureT Chi CL, ^1 -It q S-6-6-m'-ifled l3y--'(-Pr-intd1J—Narne) Title C!041 E-mailaddress END OF BID PROPOSAL Bid 004000- CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: CITY OF KENT - CITY HALL COURTYARD IMPROVEMENTS Project Number: #FACC19-81 Subcontractor Name�0/i°'� �''L ���''G1 d/i Item Numbers Subcontractor Namec'ins� Item NuLnbers — -- Subcontractor Name Item Numbers._-.�------ Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date MODZ,�D This statement relates to a proposed contract with the City of Kent named City of Kent - City Hall Courtyard Improvements I am the undersigned bidder or prospective contractor. I represent that - 1. I have, _._._..._.. _. _ have not participated in a previous contract or subcontract subject to the President's Executive Order # 11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY: � �"q ig a`fure/Title _ ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2, During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 23 _. day of�� For Title: Ow alt?4— Date: Le -3 2-bZb ---- - 20Zta EEO COMPLIANCE DOCUMENTS -- 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers wilt be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 City of Kent Combined Affidavit & Certification Form; Non -Collusion, Minimum Wage (Non -Federal Aid) NON -COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. moo] MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR; NON -COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT ITY OF KENT - CITY_ HALL COURTYARD IMPROVEMENTS -- _ NAME OF PROJECT�._� IMPROVEMENTS—____ _-- 1 NAME OF BIDDER'S FIRM SIGNATURE OF AUTHO IZED REPRESENTATIVE OF BIDDER Subscribed and sworn to before me the . 3 day of , 20 �LLY,A -- .. �o�►'"`�°ti'`����`�% Notary Public i and for th tate of Washington s C+ 00 s -1: �. o% Residing ini _ _._.- a. q =S - , i��911C s PERFORMANGE BOND Endu rance Assurance Gorponation Bond No.. EAcxr4oooo246 CONTRACTOR: fName, legal status anel afulress) CFC Construcfion LLC Active 3023J SE 192nd Sr, Renron, tVA 98058 OWNER: me, legal stalu.t and address) Ci5'of Kcrt Actire 220 4th Ave 0, Kent, WA 98032 CONSTRUCTION CONTRACT Date: Amount: S 26J.19t.St) Description: (Name and locattan) City Hall Courfvard lmprovenents Kent, IVA BOND f)ate:7t2it2tZA t ectt'lier than Construction C)ontract Dqte) SURETY: me, legul status and principctl place oJ'businessl End urance Assuran cc (lorporation Active 155 NIi l00th St, Suite 201, Scattle, WA 9g125 Amount: s 261,191.50 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Companyl C!'C Con LL(-' Signature: Name and f -l Non" (Corporate Seal.) SURETY Company: End urance & Signature \ame and TitlI (Arv additionel ,eig,lcttures ear on the last paze ol (his perfornrunc.e IJontl.) AGENT or BROKER: OWNER'S REpRESENTATIVE: Kuresman f nsurance ftrchitect, Engineer or other part-v.) 9321 Ba-v"shore DR NW, S'IE I l1 Silverdalc, lVA 98383 360-692-61 3 I $ 1 The Contractor and Surety, jointl,v and severully, birrd themselves, their heirs, execLrtor.s, admi.istratclrs- successors andassigns 1o the Owner fbrthe perfonnance of tlre Construction Contract, which is incorporated herein by reference. $2If the Conlractor performs rhe Construction Contract, the Surety and the Contractor shall have no obligation uncier thi.sBond' except when applicable to participate in a conference as provi<ierJ in Section 3. $ 3 Iftherc is no C)vvner Default urtder the Constructic'rrr Contracr. the Surety's oLrligation unclcr thi.s Bord shall arisc afler s perlcrrmance Ilthe ovr,ner d.es not request a corr-erence. thcSutetv tlav, within five (5) business days afler reieipt of the owner's notice. recluest sucl a confbr.enoe lf the voucbes that this document confbrrns to dmerican Instlfute of Architects Documeot (Corporare Seul.) The Company execufing this bond ;\312,2010 edition \.ssu rance Corpolation { ftrrrnet -in-Facl I Owner's notice. lf the Owner, the Contractor and the Suret-v agree. the Contractor shall be allowecl a reasonabletime to perform the Clonstruction Contracl. but such an agreement shall not waive the Orvner's right. if any, subsequentiv to declare a Contr.actor Defaultl.2 the Owner declares a Cotrtractor Det'ault, termirates the Construction Ctontract anct notifies the Suret),: and'3 the C)wner has agreed to pay the Balance of the Contract Price in accordance with theten.ns of'rhe C.nstruction Contract to the Surety or to a contractor selectecl to perlbnrr the (lonstruction Contract, $4 Failure on the part of the Orvner to compl)'i.vith the notioe |equirenrent in Section 3.1 shall nor constitute a failure ro $ 5 When the ownet'has satisfied the conditions of Section 3, the Surety shall promptly an<J at the Surety,s expense take one ofthe following actions: $ 5'1 Arrange fbrthe Contractor. wittr the consent of the Owner, to perform antl corrplete the Construction (,.on[r.act: ! 5'2 tjndertake to perform and cornpiete the Construction Contr-act itsell. through its agenrs or indepencle6l contractors; $ 5'3 Obtain bids ornegotiated proposals from qualified contractors acceptable to the Owirer fbr a coptract tbr perf-ormance andcompletion of the Construction (--'ontract, arange tbr a contract to be prepared ftrr execution b], the Owner and a contractor and pay to the Owner the anlount of damages as clescribed inSection 7 in excess of thc Balance of the Contract Price incuned by the Owner a.s a resuir of the Contraclor Defauit: or $ 5'4 Waive its right to perform and complete. arrange fbi complerion, or obterin a new conlractor. and rvith r.easo'able promptness under the circumstances: '1 After investigation, deternrine the amount for rvhich it rnay be liable to the Owner and, as soon as practicable alter the antount is determined, make payment to the Owner; or '2 Deny liability in whole or in parl and notif the Owner, citing the reasons fbr denial, $ 6 lf the Surety doc's not proceed as provided in Section -5 rvith reasonable prompttress. the Surety sSall be deerned to be in default on this Bond seven days after receipt of an additional r-vritten notice from the Owner to the Suret,v- dernanding that 1eSuretl'pertbrm its obligations under this Bond, and tl.re Or.vner shall be entitled to enfbrce an;, remedy ar,ailablc to th"e OwnerIf the Surety proceeds as provided in Section 5.4. and the Orvner refuses the payment or tie Sur-et,v has denied liabilitr. inwhole or in part, rvithour ftlrther notice the Orvner shall be entitled to enforce any rernedy available to the C)rvner. $7lf the Suretv elects to acr under Section 5.1- -5.2 or _5.j, then the responsibilities of the Surery ro dre Orvner.shall not begre'atef than thosc of the Contractor under the Construction Contract, ancl the responsibilities of ihe Or.i,ner to the Surefl, shallnot be greater than thosc of the C)'uvner under the Consll'uction Confi'act Subject to the cornmitmenr by rhc Orvner to pa) ,te Balance of'the contract Price, the Surery is obligated. rvirhout iiuplication. tbr .1 the responsibilities if th: (-ontractrrt' f.r cr'lrrecriorr of de'fectrre rvork ancl cornplctiol .)i'tlrc C.rstrucLirr' Contract: '2 additional legal, design protbssional and deiay costs resulling fionr the Coulractor's DefaLrlt, and resulting liorl the actions or fajlure to act o1.the Sr.rrety under Section 5; and '3 liquidated damages, or if no liquidated damages are specified in the Construction Contr.act-. actual damaqes caused by delayed performance or non-pertbrmance of the contractor. S 8lf the Surety elects to act under Section -5.1, 5.3 or 5.4, the Surety's liability is iinited to rhe arnount ofthis Bond. $9 The Surery- shall not be liableto the Owner orothers ibr obligations of the Contractor thar are unrelatetl to the C-onstructlonContract. and the Balance of the Contract Prioe shall not be reduced or set offon accoulit of any such unrelated obligations. r-.oright of action shall accrue on this Bond to any person or entity other than the owner or its heirs. exccurors, adminislrators. successors and assigns. $ 10 The Surery hcreby waives notice of anv change. inoluding changes of rime. to the (lonstrLrctron ('onlracr or lo related subcontracts. purchase orders and oiher obligntiorrs $ 11 Any proceeding. iegal or equitatrle. uncler this Elond mirv be institurtcd in any, couil Df conrpeti:'rlr .iLrrisdictiorr in rnelocation in vuhich the q'ork or part of rhe r.r'ork is locared and shall be instjrutotl u iLhin t\i/o years atrcr a declaratio, olC]ontractor.DethuItor.rvirhint\,YoVearSafertheCotrtract,.llceas9rlworkingoi.withirl1\,vO.\,!.,!rsafertheSLlt.etr,efilse -Ihe Company executing this bond voue hes thaf this document conforms to Ameriean Institute of Architects DocumentAiI2. 20i0 edition 2 $ 12 Notice to the surety. the owner or the contractor shall be mailed or delivered to the aeldress shown on the page on rvhichtheir- signature appears, $ " the dbe n red $ 14 Definitions and proper payments rnad€ to or on behalf olthc Contractor un Contract Documents and changes nracie to the agreement and th Construcfion Contract or to perfbrm and complete or cornply rv $ 14'5 Contract Doeuments. Altthe docunrents thal comprise rhe agreement between rhe orv.er.and (.onrractc)f $ 15 If this Bond is issued for an agreement between a Contractor and subcontractof. the lerm Contractor in thi.s tsond shall bedeemed to be Subcontractor and the term orvner shall be deenred to be conrractor. $ 16 Nfodifications ro this bond are as follorvs: Nonc company: (Corporare Sea/) company: (orporate seal) Address: 10233 SE l92nd Sr, Renton, w-4 gg05g Address: !55 \b- t00sf, suite 201, Scattle, \vA 98125 The Conrpanl,erecuting this bond vouches -A312, 2010 edition of .{rchitects l)ocurnent l thaf this docurnent conforms to American lnstitrrfe PAYMENT BOND Endurance Assurance Corporation Bond No.: EAcxl CONTRACTOR: CFC Construction {,LC Aetive J023J SE l92nd Sl Renton, lVA 9805g O ER: (Name, legal status and ess) City of Kcnt Active 220 4th Ave E, Kent, IVA 98032 COI'ISTRUCTION CONT T Date: Amount: $ 26J,191,50 Description; me und location) Ci{ Hall Courtl.ard I mprr)venrents Keur, WA BOND Dale: Jl27t202\ (Not earlier than Con ctj.on Contract Date) Amount: S 263,19t.S{) Modifications ro this Bond: CONTRACTOR AS PRINClPAL Company: CFC Con Ll_,c SURETY: (Name, legal s'latus and principal place oJ'bwinessl Eod uraoce Assurance Corporation Active 155 NE l00rh St, Suite 201, Seaftte, WA 98125 (Corporate Seal) SURETY (CorporateSeal) Company: Sign Name and AGENT or BROKER: Kuresman Insurance 9321 Bayshore DR NW, S I'E 1l I Silverdale, WA 98383 360-692-6131 $ 1 The contractor and surroty, jointly and severally, bind thernselves. their heirs, executors, administrators, successors andassigns to the owner to pay lbr labor. materials and equipment furnisrreo for use in the performance of the Constructioncontractr. which is incorp'rated herein by ret-erence, subject to the lollowins temrs. 3nd urance Assuraoce Corporation OWNER'S REPRESENTATIVE : (Architect, Engineer or other par4,;) of al lsums clue to Claimants, and defends, indernnifles and hords harrnless theby anl' person or entitr- seeking payrnenr for labor, nraterials or sclrrirlmenr edition vouchesthatthis documThe Company ex fumished for use in the per(orrnance ol'the construction c'ontract. then the Surety and the contractor shall have no obligationunder this Bond. $ 5 The surefy's obligations to a claimanr Lrnder rhis Bond shall arise after the tbllow,ing: tractor, cscribed in Secrion lJ). $ 7.2 Pay or arrange fol payrnent ol-any, undisputecl amounts anv suurs lbund to be due ald owing to the Clairnant. per ontr oft C)r.v The Company exe edition $ 12 No suit or action sha[l be commenced by a claimant under this Bond other than in a court of competent.jurisdiction in rhestate in which the prcject that is the subject of the construction contract is locatecl or after the expiration of one year aom the $ 13 Notice and claims to the Surety. the owner or the contractor shall be rnailed or deliverecl to the address sholvn on rhepage on which their ignature appeal's. Actual receipt of notice or Claims, hor.vever accomplishecl, shall be sul,flcicnrcompliance as of the d e reccived. $ 15 upon request by any person oI entity appearing to be apotential beneficiary ot'this Bond, the contractor and owner shallpl'omptly furnish a copy i-rf this Bond or shaU permit a copy to be made. $ 16 Definitions '2 the name of the person for wtrom the labor lvas done. or matenals or equiprrrent furnished; pertbrnrance of the Construction Contfact: '6 the total ailoullt eamed by the Claimant lor labor. materials or equipnrent furnished as olthe date of the Claim:'7 the total amount of previous pa'lnen6 receii.,ed by thc crairnant: and'8 the total amount due and unpaid to the c-'laimanr ibr lubor. materials or equipment furnished a-s of the darc of theClaim. real property upon rvhich the project is locatecl, The intent of coDtractor and the contractor's subcontractors. and all -other itenrs fbr rvhich a mechanic,s Jien ma1,.be asserted in lhcjurisdiction l*here the labor. rnaterials or equipment wcre tirrnishecl. $ 16'3 Construction Contract. 'I'he agreement between the owner and actor identii-led on the cover page. inciuding alJContract Documents and all changes made to the agreenrent and the Co L)ocunrents. Conscruction Contract or to perlorm and cornpJete or cornpll $it $ 16'5 Contract Documents' All the clocurrents that comprise rhe ag'eement betwccn the or.vner and (-'orrti actor $ 17 If this Bond is issuecl ibr an agl'eement between a contractol ancl subcontractor. thc terrn contractor ln this Bonci shail bedeemed to be Subcontractol and the terrn Os'nel shall be cieemecl ro be Clonlracror. The Company executing this bond vouc edition $ l8 Modifications ro this bond are as fbllows: Nooe C OR AS PRINCIPAL Company: C-ft Coasfruetion l,LC Signature: Name and Titlel suR rporate Seal) Company:(Corporate Seal) Endumnce Assurance Corporation Title: ey-in-Fact edttiotl SOMPO INTERN IONAL tl be binding upon the Corp;y ,. fu||y and to the same extenl as if le sharehorder of each company by unanimous lvritten consent effeclrve the 15r, lN wlrNESS WHEREOF each company has caused this instrument to be signed by tha folrowng officers, and its corpcrate seai ro be atfjxed this 1si^ day o,June. 201 9 ur,,',*1.., .-.t Richard Appel; of each By GERTIFICATE I the undersigned Oficer ofeach Company. DO HEREBy CERTjFy rhat ; and be it further 'J' lhe undersigned further certifies that lhe above resolutions are true and correct coples of the resolutions lN wlrNESS wHEREOF T have hereunto set my han,r and affixed the corporate sear rhis ?Bth day of as so recorded oi the whole thereof 2A 2c Daniel S Lurie, Secretary ]:._,._i. No ccverage is prcvided by this Nottce nor can it bepossrble impact on your surety covetage due to dirr .rvuvE var erur,y.- -._ - _: 'l '-'. --- -rs speciary Desigf ated t.iaiionars and Blocked persons,, This rist can be roGrpriThis list can be located L,l '.AX'TNtisrlFi:i.:.:a r_,. .1F,-'1 Any reproductions are void. Surety Claims Submission: TelePhone:615-553-9500 Maiting Address: sompo International; 12890 Lebanon Road; ldountJuliet, TN 37122-2E70 7/29/2020 about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/23/2020 County_ King King King King King King King King King King King King King King King King King Trade Asbestos Abatement Workers Boilermakers Brick Mason Brick Mason Building Service Employees Building Service Employees Building Service Employees Building Service Employees Cabinet Makers (in Shop). Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Cement Masons King Cement Masons King Cement Masons King Cement Masons King King King King King King King Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Job Classification Journey Level Journey Level Journey Level Pointer -Caulker -Cleaner Janitor Traveling Waxer/Shampooer Window Cleaner (Non -Scaffold) Window Cleaner (Scaffold) Journey Level Acoustical Worker Carpenter Carpenters on Stationary Tools Creosoted Material Floor Finisher Floor Layer Scaffold Erector Application of all Composition Mastic Application of all Epoxy Material Application of all Plastic Material Application of Seating Compound Application of Underlayment Building General Composition or Kalman Floors Concrete Paving Curb Et Gutter Machine Curb Et Gutter, Sidewalks Curing Concrete Wage Holiday Overtime Note $50.86 $69.29 $58.82 $58.82 $25.58 $26.03 $29.33 $30.33 $22.74 $62.44 $62.44 $62.57 $62.54 $62.44 $62.44 $62.44 $62.97 5D 5N 5A 5A 5S 5S 5S 5S 7A 7A 7A 7A 7A 7A 7A 7A $62.47 7A $62.97 7A $62.47 7A 1H 1C 1M 1M 2F 2F 2F 2F 1 4C 4C 4C 4C 4C 4C 4C 4U 4U 4U 4U *Risk Class View View View View View View View View View View View View View View View View View View View View $62.97 7A 41J View $62.47 7A 41J View $62.97 7A 4U View $62.47 7A 4U View $62.97 7A 4U View $62.47 7A 41J View $62.47 1A 4U View about:blank 1 /18 7/29/2020 about:blank King King King King King King King King King King King King King Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons King Cement Masons King Cement Masons King Cement Masons King Cement Masons King Cement Masons King Divers Et Tenders King Divers Et Tenders King Divers Et Tenders King Divers Et Tenders King Divers Et Tenders King Divers Et Tenders King Divers Et Tenders King Divers Et Tenders King King King King King King King King King King King King King King Divers Et Tenders Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Drywall Applicator Drywall Tapers Electrical Fixture Maintenance Workers Electricians - Inside Electricians - Inside Electricians - Inside Finish Colored Concrete Floor Grinding Floor Grinding/Polisher Green Concrete Saw, self - powered Grouting of at[ Plates Grouting of all Tilt -up Panels Gunite Nozzleman Hand Powered Grinder Journey Level Patching Concrete Pneumatic Power Tools Power Chipping Et Brushing Sand Blasting Architectural Finish Screed Et Rodding Machine Spackling or Skim Coat Concrete Troweling Machine Operator Troweling Machine Operator on Colored Slabs Tunnel Workers Bell/Vehicle or Submersible Operator (Not Under Pressure) Dive Supervisor/Master Diver Diver On Standby Diver Tender Manifold Operator Manifold Operator Mixed Gas Remote Operated Vehicle Operator/Technician Remote Operated Vehicle Tender Assistant Engineer Assistant Mate (Deckhand) Boatmen Engineer Welder Leverman, Hydraulic Mates Oiler Journey Level Journey Level Journey Level $62.97 7A 4U View $62.97 7A 4U View $62.47 7A 4U View $62.97 7A 4U View $62.47 7A 4U View $62.47 7A 4U View $62.97 7A 4U View $62.97 7A 4U View $62.47 7A 4U View $62.47 7A 4U View $62.97 7A 4U View $62.97 7A 4U View $62.97 7A 4U View $62.97 7A $62.47 7A $62.97 7A $62.97 7A $62.97 7A $116.20 7A 4U 4U 4U 4U 4U 4C View View View View View View $79.23 7A 4C View $116.20 7A 4C 8V View $74.23 7A 4C View $67.31 7A AIC View $67.31 7A 4C View $72.31 7A 4C View $67.31 7A 4C View $62.69 7A 4C View $56.44 5D 3F View $56.00 5D 3F View $56.44 5D 3F View $57.51 5D 3F View $58.67 5D 3F View $56.44 5D 3F View $56.00 5D 3F View $62.44 5D 1 H View $62.81 5P 1 E View $31.99 5L iE View Cable Splicer $87.22 7C 4E View Cable Splicer (tunnel) $93.74 7C 4E View Certified Welder $84.26 7C 4E View abouttlank 2/18 7/29/2020 abouttlank King Electricians - Inside Certified Welder (tunnel) $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $81.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $87.22 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1 B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Groundperson $49.17 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $75-64 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $75.64 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1 E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 1R View Products Work Only King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Flaggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat & Frost Insulators And Journeyman $76.61 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $85.88 7F 1E View. King Hod Carriers Et Mason Tenders Journey Level $52.44 7A 4V 8Y View King Industrial Power Vacuum Journey Level $13.50 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Seating Of Grout Truck Operator $13.50 1 View Sewer Et Water Systems By Remote Control abouttlank 3/18 7/29/2020 aboutblank King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $73.73 7N 10 View King Laborers Air, Gas Or Electric Vibrating $50.86 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.96 7A 4V BY View King Laborers Brush Cutter $50.86 7A 4V 8Y View King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper -paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $51.80 7A 4V 8Y View Driller King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving S50.86 7A. 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborer Drill Operator (Hydraulic, $51.80 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View about:blank 4/1 8 7/29/2020 about:blank King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $52.44 7A 4V 8Y View King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) Including $51.80 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $52.44 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $51.80 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $50.86 7A 4V 8Y View C) King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $51.80 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, $51.80 7A 4V 8Y View Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 ]A 4Y E View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V BY View about:blank 5118 7/29/2020 about:blank King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers 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 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 Laborers Tamper Et Similar Electric, Air $51.80 7A 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $51.80 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $51.80 7A 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $4a.84 7A 4V 9C. View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air $120.61 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $125.64 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $129.32 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $135.02 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $137.14 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $142.24 7A 4V 98 View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $144.14 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $146.14 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $148.14 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $52.54 7A 4V 8Y View Tender King Laborers Tunnel Work -Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V BY View about:blank 6/18 7/29/2020 King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King abouttlank about:blank Laborers Welder Laborers Well Point Laborer Laborers Window Washer/Cleaner Laborers - Underground Sewer General Laborer Et Topman Et Water Laborers - Underground Sewer Pipe Layer Et Water $51.80 7A 4V 8Y View $51.80 7A 4V 8Y View $39.18 7A 4V 8Y View $50.86 7A 4V 8Y View $51.80 7A Landscape Construction Landscape $39.19 7A 4V 8Y View 4V 13Y View Construction/Landscaping Or Planting Laborers Landscape Construction Landscape Operator $68.02 7A 3K 8X View Landscape Maintenance Groundskeeper $17.87 1 View Lathers Journey Level $62.44 5D 1 H View Marble Setters Journey Level $58.82 5A 1M View Metal Fabrication (In Shop), Fitter $15.86 1 View Metal Fabrication (in Shop) Laborer $13.50 1 View Metal Fabrication In Shop). Machine Operator $13.50 1 View Metal Fabrication (In Shop). Painter $13.50 1 View Metal Fabrication (In Shop). Welder $15.48 1 View Mi wright Journey Level $63.94 7A AC- View Modular Buildings Cabinet Assembly $13.50 1 View Modular Buildings Electrician $13.50 1 View Modular Buildings Equipment Maintenance $13.50 1 View Modular Buildings Plumber $13.50 1 View Modular Buildings Production Worker $13.50 1 View Modular Buildings Tool Maintenance $13.50 1 View Modular Buildings Utility Person $13.50 1 View Modular Buildings Welder $13.50 1 View Painters Journey Level $43.40 6Z 2B View Pile Driver Crew Tender $67.31 7A 4C View Pile Driver Crew Tender/Technician $67.31 7A 4C View Pile Driver Hyperbaric Worker - $77.93 7A 4C View Compressed Air Worker 0-30.00 PSI Pile Driver Hyperbaric Worker - $82.93 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI Pile Driver Hyperbaric Worker - $86.93 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI Pile Driver Hyperbaric Worker - $91.93 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI Pile Driver Hyperbaric Worker - $94.43 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI Pile Driver Hyperbaric Worker - $99.43 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI Pile Driver Hyperbaric Worker - $101.43 7A 4C View 7/1 s 7/29/2020 aboutblank Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $103.43 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $105.43 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.29 7Q 1 R View King Playground Et Park Equipment Journey Level $13.50 1 View Installers King Plumbers & Pip efftters Journey Levet $89.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $65.05 7A 3K 8X View Equipment King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - $65.05 7A 3K 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $68.02 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $69.16 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $68.55 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $71.26 7A 3K 8X View over King Power Equipment Operators Cranes: 100 tons through 199 $69.85 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $70.57 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $71.26 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $69.16 7A 314, 8X View abouttlank 8118 7/29/2020 about:blank Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And $65.05 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $70.57 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $68.02 7A 3K 8X View attachments, A -frame over 10 tons King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $68.55 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $68.02 7A 3K 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: $65.05 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $68.55 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $65.05 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $68.55 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump $69.16 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. !t Over King Power Equipment Operators Hard Tail End Dump $68.55 7A 3K 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $68.02 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $68.55 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $68.02 7A 3K 8X View 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $69.16 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $68.55 7A 3K 8X View Yards King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K SX View about:blank 9/18 7/29/2020 aboutblank King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $69.85 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $65.05 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $68.02 7A 3K 8X View Maniifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $68.55 7A 3K 8X View 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $68.55 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under $65.05 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $69.16 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $68.02 7A 3K 8X View (Certified) King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $68.02 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under $68.55 7A 3K 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete £t Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Yards And Over King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View Tractors Under 15 Metric Tons about:blank 10/18 7/29/2020 aboutblank King Power Equipment Operators Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons Xing Power Equipment Operators Shovel, Excavator, Backhoes, $68.55 7A 3X 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $69.16 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In $69.85 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $70.57 7A 3K 8X View through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $71.26 7A 3K 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $69.16 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - IGO $69.55 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farman Type $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $68.55 7A 3K 8X View underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $65.05 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $69.55 7A 3K 8X View aboutblank 11/18 7/29/2020 aboutblank Underground Sewer Et Water King Power Equipment Operators- Compressor $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $65.05 7A 3K 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $68.02 7A 3K 8X View Underground Sewer it Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $69.16 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $68.55 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and $71.26 7A 3K 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes: 100 tons through 199 $69.85 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $70.57 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $71.26 7A 3K 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View Underground Sewer E Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A -frame - 10 Tons And $65.05 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $70.57 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $68.02 7A 3K 8X View Underground Sewer Et Water attachments, A -frame over 10 tons King Power Equipment Operators- Crusher $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $68.55 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $68.02 7A 3K 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $69.85 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: $65.05 7A 3K 8X View about:blank 12/18 7/29/2020 aboutblank Underground Sewer Ft Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $68.55 7A 3K 8X View Underground Sewer tr Water Gamaco Ft Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $65.05 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $68.55 7A 3K 8X View Underground Sewer Fr Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $65.05 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Guardrail Punch $68.55 7A 3K 8X View Underground Sewer 8 Water King Power Equipment Operators- Hard Tail End Dump $69.16 7A 3K 8X View Underground Sewer Ft Water Articulating Off- Road Equipment 45 Yards. Ft Over King Power Equipment Opera ors- Hard Tail End Dump $68.55 7A 3K 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontat/Directional Drill $68.02 7A 3K 8X View Underground Sewer 8 Water Locator King Power Equipment Operators- Horizontal/Oirectionat Drill $68.55 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydratifts/Boom Trucks Over $68.02 7A 3K 8X View Underground Sewer Ft Water 10 Tons King Power Equipm n p r r - Hydratifts/Boom Trucks, 10 $65.05 ZA 3K 8X View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Underground Sewer Ft Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $69.16 7A 3K 8X View Underground Sewer £t Water Not knctuding 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $68.55 7A 3K 8X View Underground Sewer Ft Water Yards King Power Equipment Operators- Loaders, Plant Feed $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (teadmen - $69.85 7A 3K 8X View Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $69A6 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View Underground Sewer Et Water Will, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $65.05 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $68.02 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato aboutblank 13/18 7/29/2020 aboutblank King Power Equipment Operators- Overhead, Bridge Type Crane: $68.55 7A 3K 8X View Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $68.55 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View nderground Sewer Et Water King Power Equipment Operators- Posthote Digger, Mechanicat $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $65.05 7A 3K EX View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $65.05 7A 3K 8X View Underground Sewer Et Water 100 Feet to Height Based To Boom King Power Equipment Operators- Remote Control Operator On $69.16 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $68.02 7A 3K 8X View Underground Sewer Et Water (Certified) King Power Equipment Operators- Rottagon $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $65.05 7A 3K 8X View Underground Sewer EL Water King Power E%Ljpmen Oper r - Roller, Plant Mix Or Multi -lift $68.02 ZA 3K BX View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-milt, Roto-grinder $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $68.02 7A 3K 8X View Underground Sewer E` Water King Power Equipment Operators- Scraper, Self Propelled Under $68.55 7A 3K 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View n e ground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View aboutblank 14/18 7/29/2020 abouttlank Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Underground Sewer it Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $69.16 7A 3K 8X View Underground Sewer Ft Water Screedman King Power Equipment Operators- Subgrader Trimmer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $69.85 7A 3K 8X View Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $70.57 7A 3K 8X View Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $71.26 7A 3K 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $69.16 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $68.55 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $68.55 7A 3K 8X View Underground Sewer Et Water King Power E flpm n pgrators- Welder $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Opera ors- Yo Yo Pay Dozer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $53.10 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $50.40 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $53.10 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $47.48 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $36.10 5A 4A View Trimmers King Refrigeration Et Air Journey Level $84.01 6Z 1G View Conditioning Mechanics King Residential Brick Mason .tourney Level $58.82 5A 1M View about:blank 15/18 7/29/2020 King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King abouttlank Residential Carpenters Journey Level Residential Cement Masons Journey Level Residential Drywalt Applicators Journey Level Residential Drywall Tapers Journey Level Residential Electricians Journey Level Residential Glaziers Journey Level Residential Insulation Journey Level Applicators Residential Laborers Journey Level Residential Marble Setters Journey Level Residential Painters Journey Level Residential Plumbers Et Journey Level Pipefitters Residential Refrigeration Et Air Journey Level Conditioning Mechanics $32.06 1 View $29.25 1 View $46.43 7A 4C View $47.04 5P 1 E View $36.01 1 View $45.90 7L 1 H View $29.87 1 View $26.18 1 View $27.38 1 View $27.80 1 View $39.43 1 View $54.12 5A 1 G View 51.89 7F 1R View Residential Sheet Metal .tourney Level (Field or Shop) $ _ _ Workers Residential Soft Floor Layers Journey Level $51.07 5A 3J Residential Sprinkler Fitters Journev Level $50.89 5C 2R (Fire Protection) Residential Stone Masons Journey Level $58.82 Residential Terrazzo Workers Journey Level $54.06 Residential Terrazzo/Tile Journey Level $24.39 Finishers 5A 1 M 5A 1 M 1 Residential Tile Setters Journey Level $21.04 Roofers Journey Level $55.02 5A Roofers Using Irritable Bituminous $58.02 5A 1 3H 3H View View View View View View View View Materials Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1 E View Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Crane $36.36 7V 1 View Operator Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Heat Et Frost $76.61 5J 4H View Insulator Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 View Engineer Shipbuilding £t Ship Repair New Construction Painter $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View Shipbuilding Et Ship -Rep air New Construction Shipfitter $36.36 7V 1 View Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1 View Burner abouttlank 16/18 7/29/2020 about:blank King Shipbuilding Et Ship Repair Ship Repair Boilermaker $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $49.44 0 1 View .(Electrical) King Sign Makers Et Installers (Non- Journey Level $31.96 0 1 View Ele rica ) King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Journey Level $82.39 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $13.50 1 View Structural) King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $68.02 7A 3K 8X View Surveyor King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1 E View King Telephone Line Construction - Cable Splicer $41.81 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $23.53 5A 28 View Outside King Telephone Line Construction - Installer (Repairer) $40.09 5A 2B View Outside King Telephone Line Construction - Special Aparatus Installer 1 $41.81 5A 2B View Outside King Telephone Line Construction - Special Apparatus Installer II $40.99 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $41.81 5A 2B View Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.92 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.92 5A 2B View Outside about:blank 17/18 7/29/2020 about:blank King Telephone Line Construction - Television Groundperson $22.32 5A 2B View Outside King Telephone Line Construction - Television Lineperson/Installer $29.60 5A 2B View Outside King Telephone Line Construction - Television System Technician $35.20 5A 2B View Outside King Telephone Line Construction - Television Technician $31.67 5A 2B View Outside King Telephone Line Construction - Tree Trimmer $38.92 5A 2B View Outside King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1 M View King Tile, Marble Ft Terrazzo Finisher $44.89 5A 1 B View Finishers King Traffic Control Stripers Journey Level $47.68 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck It Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers it Irrigation Pump Oiler $13.50 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers abouttlank 18/18 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $2,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $2,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor’s Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $2,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any EXHIBIT B (Continued) combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $2,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor’s insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2. The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. EXHIBIT B (Continued) E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 7/29/2020 Kuresman Insurance 9321 Bayshore Dr. NW STE 111 Silverdale WA 98383-8350 JOHN CRISS (360)692-6131 (360)692-6187 johnc@kuresmanins.com CFC CONSTRUCTION LLC 20233 SE 192ND ST RENTON WA 98058 Liberty Northwest Insurance Co Ohio Casualty CL2072909577 A X X X X Y BKS61783915 7/28/2020 7/28/2021 1,000,000 1,000,000 15,000 1,000,000 2,000,000 2,000,000 A X X X Y BKS61783915 7/28/2020 7/28/2021 1,000,000 B X X X Y USO61783915 7/28/2020 7/28/2021 1,000,000 1,000,000 1,000,000 A BKS617839915 7/28/2020 7/28/2021 X 1,000,000 1,000,000 1,000,000 RE: CITY HALL COURTYARD IMPROVEMENTS PROJECT (#FAC 19-81). THE CITY OF KENT SHALL BE NAMED AS AN ADDITIONAL INSURED ON ALL POLICIES AS RESPECTS WORK PERFORMED BY OR ON BEHALF OF THE CONTRACTOR AND A COPY OF ENDORSEMENT CG8810 ATTACHED. PRODUCTS/COMPLETED OPERATIONS ADDITIONAL INSURED PER CG8583 ATTACHED. CITY OF KENT 220 4TH AVENUE SOUTH KENT, WA 98032 JOHN CRISS/JOHN The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) COMMERCIAL GENERAL LIABILITY CG88100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 m PROPERTY DAMAGE LIABILITY - ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED - INCIDENTAL MEDICAL ERROR&MALPRACTICE AND WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section 1 - Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section 1 - Coverage A - Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY - ELEVATORS 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess„ contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section 1- Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (1) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. 2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: --- (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: s 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily �— occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. Under Supplementary Payments - Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section 11 - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or 4 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Condi- tions. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover, © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section it -Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section 11- Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained damage" that occurred before you injury" arising out of an offense by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint ffifflim venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies m as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior 'occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior 'occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an 'occurrence", offense, claim or "suit' by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1, of Section 11 - Who Is An Insured or a person who has been designated by them to receive reports of 'occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V - Definitions, Definition 3. is replaced by the following: 3. 'Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. O 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 Of 8 COMMERCIAL GENERAL LIABILITY CG 85 83 10 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section Il — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" or "property damage": 1. Caused by "your work" performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the "products -completed operations hazard" The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV —Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section l — Coverage A — Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury' or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. C2010 Liberty Mutual Insurance Company. All rights reserved. CG 85 83 10 09 Includes copyrighted material of Insurance Services Office, inc., with its permission. Page 1 of 2 C. Win respect to the insurance afforded by this endorsement, exclusion 1. Darnage To Your Work of Paragraph 2, Exclusions under Section t — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Damage To Your Work 'Property damage" to "your work' arising out of it or any part of it and included in the "products -completed operations hazard". 0. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations. of this policy and defined in Section III — Limits if Insurance of this p0ity, whichever are #ess. These limits are inclusive of and riot in addition to the limits of insurance available under this policy. E. With respect to the insurance afforded by this endorsement. Section IV — Commercial General Liabltity Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims or Suit_ An additional insured under this endorsement will as soon as practicable: a. Give written notice of an 'occurrence" or an offense that may result in a claim or "suit" under this insurance to us: b. Tender the defense and indemnity of any claim or "suit' to all insurers whom a)so have insurance available to the additional insured; and C. Agree to matte available any other insurance which the additional insured has for a toss we cover under this Coverage Part. d. We have no dray to defend or indemnity an additional insured under this endorsement until we receive written notice of a "sWr by the additional insured. 2. Paragraph 4. of Sectiot% w — Commemiai General Liability Condltlons is amended as follows. a, The following is added to Paragraph a. Primary insurance: If an additional insureds policy has art Other insurance provision making its Policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance. When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require tots insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement betwean you and an additional insured, this insurance is excess over any other Insurance whether primary, excess, contingent or on any otnner basis for which the additional insured has been added as an additional insured on other policies. M2010 Liberty Mutuat IrLsurance Company. All nghts reseraed. CG S5 93 10 09 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2 * * * * D U P L I C A T E * * * * 7/27/2020 11:14 AM 941 7 ========================================= Permits CFC CONSTRUCTION LLC Receipt # 00062274 DEPT#: 144 New Business Comm. - Half Year $50.00 Permit ID Number:221180 DEPT#: 1473 Permit Tech Fee For Business License $1.00 Permit ID Number:221180 Service Fee $1.35 CHRIS CUMMINGS ========================================= Total: $52.35 Credit Card $51.00 Service Fee $1.35 City of Kent 220 Fourth Avenue South Kent,WA98032 253-856-5201 customerservice@kentwa.gov Pay Your Utility Bill Online Pay.KentWA.gov * * * * D U P L I C A T E * * * * Company Name Project Name Awarding Agency Intent Id Payment Type Credit Card Type Amount Billed Payment Date Transaction Id Own'14 Washington State Department of k4) Labor & Industries Payment Details CFC Construction LLC City Hall Courtyard Improvements Project KENT, CITY OF/PARKS & REC 1075244 CC MC 20.00 7/27/2020 5588251023