Loading...
HomeMy WebLinkAboutCAG2022-374 - Original - CFC Construction, LLC - City Hall Annex Tenant Improvement - 09/13/2022CAG2022-374 9/15/229/13/22 PUBLIC WORKS AGREEMENT - 1 (Over $20K with Performance Bond) 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 (hereinafter the "City"), and CFC Construction, LLC, organized under the laws of the State of Washington, located and doing business at 20233 SE 192nd St, Renton, WA 98058, 425-433-8547, Chris Cummings, (hereinafter the "Contractor"). AGREEMENT The 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 specifications: CFC Construction, LLC shall provide all labor and material at the existing site of the City Hall Annex Building for; selective demolition of interior partition walls and the addition of new walls to add three new offices and a service desk to the existing building; new paint, carpet, and base throughout; new millwork in the kitchen area with modern finishes; repurpose the existing bank vault space into a new conference room with the addition of new interior finishes and HVAC components in accordance with attached exhibit A. The 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 effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 calendar days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed within 90 working days. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $183,867.00 , including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The 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. The City’s payment shall not constitute a waiver of the City’s right to final inspection and acceptance of the project. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This 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 financial institutions or credit card companies. The 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. Retainaae. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The 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. The 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 written 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 attorney fees, incurred by the City beyond the maximum Contract price specified above. The 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. The 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. The 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. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The 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. The Contractor is responsible for filing 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. The Contractor has registered Department of Revenue and Contractor's business, and ha s PUBLIC WORKS AGREEMENT - 2 (Over $20K with Performance Bond) F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The 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. After 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. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect 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. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written 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 written 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. The City will attempt, 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. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified 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. The 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 final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. PUBLIC WORKS AGREEMENT - 3 (Over $20K with Performance Bond) 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, fire, flood, 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 effective 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 efforts to avoid the effects 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. The 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 fulfill 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 written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written 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 first . 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 written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written 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 written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and PUBLIC WORKS AGREEMENT - 4 (Over $20K with Performance Bond) 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. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The 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 written or oral order (including directions, instructions, interpretations, and determination). 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 written 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. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The 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 notification 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. The 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 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 qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney 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. PUBLIC WORKS AGREEMENT - 5 (Over $20K with Performance Bond) The 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 indemnification. 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 officers, officials, 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 indemnification 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 attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The 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. The 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 effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing 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 attorney'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 indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or PUBLIC WORKS AGREEMENT - 6 (Over $20K with Performance Bond) certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written 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 effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification 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. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective 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 conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective 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. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified 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. This 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 effect 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 PUBLIC WORKS AGREEMENT - 7 (Over $20K with Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: By: chris cum mings(Aug 22, 2209:22 PDT) Print Name: chris cummings Its owner DATE: Aug 22, 202Ztit/e) NOTICES TO BE SENT TO: CONTRACTOR: Chris Cummings CFC Construction, LLC 20233 SE 192nd St Renton, WA 98058 425-433-8547(telephone) N/A(facsimile) CITY OF KENT: By IDCUA-� Print Name: Dana Ralph Its DATE: 09/ 13/2022 NOTICES TO BE SENT TO: CITY OF KENT: Will Moore City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5081(telephone) (253) 856-6080(facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: k�� 9U& Kent City Clerk PUBLIC WORKS AGREEMENT - 8 (Over $20K with Performance Bond) 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. C/V4�- I k By:chriscummings(Aug 22,2 09:22PDT) For: cfc construction Ilc Title: owner Date: Aug 22, 2022 EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN CONTRACTORS POLICY: SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor 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 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 This form shall be filled 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 the Kent. that was entered into on (date), between the firm I represent and the City of 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 This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (6/16/2022), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision 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. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. CFC Construction, LLC c4r�k�� By: c h r i s cu mmings(Aug'g, 209:22PDT) Signature of Authorized Official* Printed Name: chris cummings Title: owner Date: Aug 22, 2022 City and State: renton wash *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 10.A • KENT W A S H f N G T O N DATE: July 19, 2022 TO: Kent City Council SUBJECT: City Hall Annex Tenant Improvements Bid - Award MOTION: I move to award the Kent City Hall Annex Tenant Improvement Project bid to CFC Construction, LLC in an amount not to exceed $217,998.00 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: This project consists of the following work at the existing site of the City Hall Annex Building: • Selective demolition of interior partition walls and the addition of new walls to add three new offices and a service desk to the existing building. New paint, carpet, and base throughout. • New millwork in the kitchen area with modern finishes. • Re -purpose the existing bank vault space into a new conference room with the addition of new interior finishes and HVAC components. The bid opening for the City of Kent City Hall Annex Tennant Improvement project was held on June 16, 2022 with one bid received. The lowest responsible and responsive bid was submitted by CFC Construction, LLC in the amount of $198,000, which includes the alternate pricing of $31,000 which does not include Washington State Sales Tax. Applying a sales tax rate of 10.1%, the total "not to exceed" price under the contract is $217,998.00. BUDGET IMPACT: Project funded through the IT Annex Remodel budget. SUPPORTS STRATEGIC PLAN GOAL: Evolvina Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Packet Pg. 291 10.A ATTACHMENTS: 1. FAC22-04 PW Agreement (PDF) Packet Pg. 292 Bond #9836031 KEIs NT PAYMENT AND PERFORMANCE BOND W.SN-G- TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, CFC Construction, LLC as Principal, and L xon ins urnac C'om an)r a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $--------- 183,867.00 together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of City Hall Annex Tennant Improvement/Project Number.,FAC22-04 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. -<Szmzzr� Ot�'t OF i TWO WITNESSES: bn !1c�yr C. I� DATE: a/ it%S02-Z c� �--I.JfV1l'�►8 PRINT NAME DATE: j91 OR -LV CORPORATE SEAL: yuaRNc�c SEAL9j CFC Construction, LLC PRINCIPAL genter principal's name above) BY: TITLE: DATE: 6/ 0/'ZOz. CORPORATE SEAL: Lexon Insurance Company SURETY BY: DATE: 8/5/2022 TITLE: Regan Hupf, Attorney -in -Fact ADDRESS: 1325 Fourth Ave, Ste 2100 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation, that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY as SOMPO INTERNATIONAL IMIL POWER OF ATTORNEY 10267 KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation, a Delaware corporation, Endurance American Insurance Company, a Delaware corporation, Lexon Insurance Company, a Texas corporation, and/or Bond Safeguard Insurance Company, a South Dakota corporation, each, a `Company" and collectively, "Sompo International," do hereby constitute and appoint: Regan Hupf, Matthew Benoit, Kyaw Swar, Kathleen Maria Moss as true and lawful Attomey(s)4n- Fact to make, execute, seal, and deliver for, and on its behalf as surety or co -surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for any portion of the penal sum thereof in excess of the sum of ONE HUNDRED MILLION Dollars ($100,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attomey(s}in-fact, shall be binding upon the Company as fully and to the same extern as if signed by the President of the Company under its corporate seal attested by its Corporate Secretary. This appointment is made under and by authority of certain resolutions adopted by the sole shareholder of each Company by unanimous written consent effective the 15", day of June, 2019, a copy of which appears below under the heading entitled "Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the sole shareholder of each Company by unanimous written consent effective the 151' day of June, 2019 and said resolution has not since been revoked, amended or repealed: RESOLVED, that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, each Company has caused this instrument to be signed by the following officers, and its corporate seal to be affixed this 15"' day of June, 2019. Endurance Assurance Corporatiot. Endurance American Lexon Insurance Company Bond Safeguard B ByVnrax�pa By n l� i By In urce Copary, Richard Appel; $,senior Counsel Richard Appel;,SWA&,� enlor Counsel RI and Appel; enl ounseI RI and AppeiiAYP &Aenloi n f 1NS n PgSp�RC�C$,"Je�`c f6�S4rd'', a"Me ,ga pp'.......!1 +1+�+ 0 'Qa �rCR '24:%->ka = �4 kp k O • P SOUTH SEAL , S E A L a OAKOTA o 2002 �'' ='• 1996 c o�LAa+ fa INSURANCE COMPANYDRAAReo ' • WARE = , "" . ,.w„ '° "ate,,,, ..�••° ACKNOWLEDGEMENT On this 15t° day of June, 2019, before me, personally came the above signatories known to me, of the Companies: and that he exea.ited said instrument on behalf of each Company by authority CERTIFICATE I, the undersigned Officer of each Company, DO HEREBY CERTIFY that: who being duly swom, did depose and say that he/ttrFn"Yffiojcer of each of his offi under th by s of each Company;` ,��+ 0 xWI 0 By Amy Taylor, No ubfic My Commissi'gn EKpir►3s 5t.9r23- 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of each Company and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the sole shareholder of each Company by unanimous written consent effective June 15, 2019 and said resolutions have not since been revoked, amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Company any and all bonds, undertakings or obligations in surety or co -surety with others: RICHARD M. APPEL, BRIAN J. BEGGS, CHRISTOPHER DONELAN, SHARON L. SIMS, CHRISTOPHER L. SPARRO, MARIANNE L. WILBERT ; and be it further RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in surety or co -surety for and on behalf of the Company." 3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this Jrtl day of All t 20 22 By: Dame S. e, retary NOTICE- U. S. TREASURY DEPARTMENT'S OFFICE OF FOREIGN ASSETS CONTROL (QFAC) No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided. This Notice provides information concerning possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully. The Office of Foreign Assets Control (OFAC) administers and enforces sanctions policy, based on Presidential declarations of "national emergency". OFAC has identified and listed numerous foreign agents, front organizations, terrorists, terrorist organizations, and narcotics traffickers as "Specially Designated Nationals and Blocked Persons'. This list can be located on the United States Treasury's website— hitps:Hwww.Ireasunr 4ev;reseurr-c?nteNsanctior,slSDN-List. In accordance with OFAC regulations, if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S. sanctions law or is a Specially Designated National and Blocked Person, as identified by OFAC, any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without authorization from OFAC. Other limitations on the premiums and payments may also apply. Any reproductions are void. Surety Claims Submission: LexonCiasmAdministrationO)sompo-inti.com Telephone: 615-SM-9500 Mailing Address: Sompo International; 12890 Lebanon Road; Mount Juliet, TN 37122.2870 EXHIBIT A CITY OF KENT KING COUNTY, WASHINGTON City Hall Annex Tennant Improvement FAC22-04 302 W Gowe, Kent, Washington BIDS_ACCEPTED UNTIL June 16, 2022 11:00 A.M. BID OPENING June 16, 2022 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 Nathen Harper Project Coordinator City of Kent Facilities / Parks Recreation & Community Services 400 West Gowe Street, Kent, WA 98032 KENT W A S H I N G T O N BIDDER'S NAME CFI TABLE OF CONTENTS DIVISION 0 — PROCUREMENT AND CONTRACTING REQUIREMENTS Cover Table of Contents Invitation to Bid Information for Bidders Contractor's Qualification Statement Bidder's Checklist Bid Proposal City of Kent Subcontractor List (over $100K) Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Combined Declaration Form Non -Collusion, Minimum Wage Change Order Request for Information (RFI) Form General Conditions Payment and Performance Bond Exhibit A Public Works Agreement (Sample) Exhibit B Insurance Requirements Exhibit C Sample AIA A201-2017 Exhibit D Prevailing Wage Rates TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 011000 SUMMARY 2 012300 ALTERNATES 1 01 2500 SUBSTITUTION PROCEDURES 2 01 3000 ADMINISTRATIVE REQUIREMENTS 4 01 4000 QUALITY REQUIREMENTS 1 014216 DEFINITIONS 3 01 5000 TEMPORARY FACILITIES AND CONTROLS 2 01 6000 PRODUCT REQUIREMENTS 3 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS 4 01 7800 CLOSEOUT SUBMITTALS 2 DIVISION 02 - EXISTING CONDITIONS 024100 DEMOLITION 2 DIVISION 03 - CONCRETE 033000 CAST -IN -PLACE CONCRETE 3 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES TABLE OF CONTENTS Pagel Kent City Hall Annex TI 5/26/2022 062000 FINISH CARPENTRY 2 064100 ARCHITECTURAL WOOD CASEWORK 3 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 079200 JOINT SEALANTS 3 DIVISION 08 - OPENINGS 081416 FLUSH WOOD DOORS 3 087100 DOOR HARDWARE 6 085659 SERVISE AND TELLER WINDOWS 2 DIVISION 09 - FINISHES 090561 COMMON WORK RESULTS FOR FLOORING PREPARATION 2 092116 GYPSUM BOARD ASSEMBLIES 3 096500 RESILIENT FLOORING 2 096813 TILE CARPETING 2 099000 PAINTING AND COATING 4 DIVISION 22 - PLUMBING 220000 PLUMBING (DESIGN -BUILD REQUIREMENTS) 5 224000 PLUMBING FIXTURES 2 DIVISION 23 - HEATING, VENTILATING, AND AIR- CONDITIONING (HVAC) 230000 MECHANICAL (DESIGN -BUILD) DIVISION 26 - ELECTRICAL 260000 ELECTRICAL (DESIGN -BUILD REQUIREMENTS) 260001 ELECTRICAL (DESIGN BUILD CRITERIA) 265100 INTERIOR LIGHTING TABLE OF CONTENTS Page 2 Kent City Hall Annex TI 5/26/2022 INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through June 16, 2022 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above -stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud following at 11:00 a.m. for the City of Kent project named as follows: City Hall Annex Tennant Improvement Project Number: FAC 22-04 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid. The project consists of the following work at the existing site of the City Hall Annex Building. • Selective demolition of interior partition walls and the addition of new walls to add three new offices and a service desk to the existing building. New paint, carpet, and base throughout. • New millwork in the kitchen area with modern finishes. Re -purpose the existing bank vault space into a new conference room with the addition of new interior finishes and HVAC components. Should a contract be executed, it is the contractor's responsibility to comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle -King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. The Engineer's estimated range for this project is approximately ($150,000). Bid documents may be obtained by contacting Kevin Broderick at Broderick Architects, (206) 682-7525 / Itevin<_c)broderickarchitects.com. For technical questions, please call Kevin Broderick at Broderick Architects, (206) 682-7525. • Each bid shall be in accordance with the plans and specifications and other contract documents now on file in City of Kent Parks Facilities. Copies of the plans and Special Provisions may be purchases at a non-refundable cost of $45.00 for each set. Plans and specifications can also be downloaded at no charge by contacting the Architect or at KentWA.gov/City Hall/bids-procurement. There will be a walk-through at 1:00 PM. on Thursday, June 9, 2022 for General Contractors and Sub -Contractors, at the City Hall Annex Building, 302 West Gowe Street, Kent 98032. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Apprentice Utilization Requirements are mandatory for all public works expected to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 11th day of May 2022. r BY: J Q Kimberley A. 0Moto, City Clerk Published: Daily Journal of Commerce on 05/26 and 06/02 INFORMATION FOR BIDDERS 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its soled judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. All blanks in the proposal forms must be appropriately filled in. Proposal must contain original signature pages. Facsimiles are not acceptable and are considered non -responsive submittals. 3. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City of Kent Facilities office by the stated time, regardless of delivery method, including U.S. Mail. 4. The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Project Manager no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The Architect will review the certified work sheets to determine validity of the claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest responsive, responsible Bidder. 5. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the contractor due to his failure to submit the required documents to the City in accordance with this schedule. 6. The "Payment and Performance Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Performance Bond language of the contract. 7. Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 8. The Contractor shall include all costs of doing the work within the bid item prices. In the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and material required to perform the work shall be incidental and included with the bid item prices in the contract. 9. Refer to the insurance requirements in the project contract, which constitute the Contractor's Insurance requirements for this project. CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) 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 INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT 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. Indicia of contractor's 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 so as to provide the most objective framework possible within which the city will make its decision regarding the bidder'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 regular 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:�`f3'`-t�f7�✓�C_ NAME: 1,Y1 ADDRESS: I , LJY-7 q �'Sa PRINCIPAL OFFICE: 'Sa,.-w 2.S JCA-e ADDRESS: PHONE: FAX: STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria J 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. f 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. BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(f)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (December 16, 2021), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). s Business Name gnature of Au orized Official* Printed Name ow­k� Title Date City bill - State * If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date December 16, 2021 the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision 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. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. I Irv, I l _ (:_ s Business Name nature of AutMZ' ized Official* CJ t Scn-� " S Printed Name Title & l t4 %-2z- Date City &_ State * If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. 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. 5. REFERENCES 5.1 Trade References: 5.2 Bank 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 an 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.IL. 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? 7. SIGNATURE 2m Z.'Z 7.1 Dated at this day of Re-`i• Name of Organization: _ C4---'c ce n By: Title: i !l. 7.2,being duly sworn, deposes and says that the C' C' information provided fferein is true and sufficiently complete so as not to be misleading. , / Subscribed and sworn before me this day of 492 -,- Notary Public: My Commission Expires: r cr •ltfS�S�i�E1y1e,. 7.- G/, BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .................... e ✓ Orderof Contents................................................................................. Ca Invitationto Bid...................................................................................C1 f Informationfor Bidders......................................................................Z Z, Contractor's Qualification Statement...................................................0, -2 Completeand notarized......:....................................................... e f Bidder's Checklist................................................................................ or Proposal............................................................................................... First line of proposal - filled in...................................................Z ✓ Unitprices are correct.................................................................n ✓ Subcontractor List (contracts over $100K)...........................................f ✓ Subcontractorslisted properly.....................................................0 ✓ Signature....................................................................................E ✓ Contractor Compliance Statement........................................................ a ✓ Date............................................................................................ Z Have/have not participated acknowledgment ..............................n Signatureand address...............................................................A Declaration - City of Kent Equal Employment Opportunity Policy ........ 2 ✓ Date and signature AdministrativePolicy........................................................................... Cd Statement that Bidder Has Not Been Disqualified ................................ 0 Certification of Compliance with Wage Payment Statutes....................ZI ✓, ProposalSignature Page...................................................................... 9 AllAddenda acknowledged..........................................................0 Date, signature and address....................................................... ❑ ✓ CombinedDeclaration Form.................................................................T ✓ Signature.................................................................................... ChangeOrder Form (Example).............................................................la ✓ Paymentand Performance Bond.......................................................... ❑ Contract............................................................................................... ❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPUANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 10 rvwsro.naienm:nm:m labor &Industriesor-(https:,(/jni•wa•gov) Contractors CFC Construction LLC Owner or tradesperson Principals CUMMINGS, CHRIS F, PARTNER/MEMBER GREEN, PATRICIA FAYE,PARTNER/MEMBER (End: 02/10/2020) Doing business as CFC Construction LLC WA UBI No. 603 199 204 License 20233 SE 192nd ST RENTON, WA 98058 206-370-0327 KING County Business type Limited Liability Company Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no CFCCOCL888JO Effective — expiration 04120/2012— 06/16/2022 Bond Western Surety Co $12,000.00 Bond account no. 63242325 Received by L&I Effective date 07/10/2017 06/15/2017 Expiration date Until Canceled Bond history Insurance Ohio Security Ins Co $1,000,000.00 Policy no. BKS61783915 Received by L&I Effective date 05/1312022 07/28/2020 Expiration date 07/28/2023 Insurance history Savings ..................... No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. 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 certifications 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? If so, verify the business is up-to-date on workers' comp premiums. This company has multiple workers' comp accounts. Active accounts L&I Account ID Account is current. 235,680-01 Doing business as CFC CONSTRUCTION LLC Estimated workers reported Quarter 1 of Year 2022 "0" Workers L&I account contact T2 / DALE RIUTTA (360)902-4834 - Email: RIUD235@lni.wa.gov Track this contractor 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 jobsites this business was responsible for. No inspections during the previous 6 year period. STATEMENT OF QUALIFICATIONS 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: 1. Public Works Projects: • Building Repair — Steel Lake Maintenance • City of Kent Neely Soames House Painting, Roof Washing, Carpentry Repairs • Environmental Education and Research Center at St Edwards State Park • City of Kent — City Hall Courtyard Improvements • Washington State History Museum • Auburn Airport • Seattle Central Community College • Pierce County Jail • Northwest Center • Bellevue Housing Authority 2. ORGANIZATION — CFC Construction LLC 2.1 How many years has your organization been in business as a Contractor? 17 years Federal Way, WA Kent, WA Kenmore, WA Kent, WA Tacoma, WA Auburn, WA Seattle, WA Tacoma, WA Seattle, WA Bellevue, WA 2.2 How 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 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: N/A 2.5 1f 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 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 3.3 L&1 Verification: See attached CFC L&I Verification 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. • Administrative • Selective Demolition • Carpentry • General Labor 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? No 4.2.2 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 lost 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 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 dote. CFC Construction LLC currently has one construction project in progress: 4.4.1 State total worth of work in progress and under contract: $965,000.00 4.4.2 Project Name: County -City Building Courtroom Door Security Enhancement 4.4.3 Owner: Pierce County 4.4.4 Contact: Ken Hays 4.4.5 Phone Number: 253-798-6723 4.4.6 Project completion date: December 31, 2022 4.5 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. • Environmental Education and Research Center at St Edward State Park o Owner: Washington State Parks and Recreation Commission o Sundberg Kennedy Ly-Au Young Architects 0 415-722-5514 o Contact: John Kennedy or Nicole Lew o Contract amount: $690,328.00 o Date of Completion: March 31, 2022 \ 0 20% of the cost performed with our own forces • City of Kent — City Hall Courtyard Improvements o Owner: City of Kent o Broderick Architects o Phone:206.682.7525 o Contact: Kevin Broderick o Contract amount: $299,943.00 o Date of completion: Jan 25, 2021 0 40% of the cost performed with our own forces • Washington State History Museum Auditorium Seating o Owner: Washington State o Schreiber Starling Whitehead Architects o Phone:206.682.8300 o Contact: Stephen o Contract amount: $275,000.00 .o Date of completion: Jan 8, 2020 o 20% of the cost performed with our own forces • Evans Residence o Owner: Tim and Laurie Evans o Nason & Associates o Contact: John Nason o Phone:253.631.0294 o Contract amount: $770,000.00 o Date of completion: Nov 15, 2019 0 30% of the cost performed with our own forces • Saggu Autoshop o Owner/Contact: John & Henry Saggu o Phone:253.277.1810 o Contract amount: $495,000.00 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: $2,530,000.00 o Date of Completion: Dec 10, 2018 0 30% of the cost performed by our own forces 4.5.1 State average annual amount of construction work performed during the past five years: $1,650,000.00 average annual amount of construction from 2015 to current 4.6 List the construction experience and present commitments of the key individuals of your organization. Chris F Cummings, Owner — 37 years in construction trade Darren Hamlin, Project Manager — 36 years in construction trade Present commitments: CCB CR Door Security Enhancement, RRFA Station #14 Office TI 4.7 List your major equipment. • 2015 Dodge Ram 5500 Pickup Truck • 2010 Kubota 3330 Tractor • 2017 Dodge Ram 1500 Pickup Truck • 2016 PJ Dump Trailer 14,000 lbs • 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 • 2021 Steel Shipping Container — 40 ft • Generac Generator • Steel Scaffolding • Air Scrubbers • Fall Protection Systems 5.1 Trade References: • Johnston Construction • GTS Drywall • Ro-Con Equipment Specialist, Inc • Stoneway Concrete • Cadman • Getchell Electric 5.2 Bank References: • Bank of America Dated: June 16, 2022 Signed: CHRIS CUMM Chris Cummings, Owner BID PROPOSAL City Hall Annex Tennant Improvement FAC22-04 302 West Gowe, Kent, WA Proposal of (hereinafter called the "Bidder"), organized and existing under the laws of the State of Washin tqn and doin business as *a ri ncVb, i'4V-1 (*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 to the completion of the work in 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 City Hall Annex Tennant Improvement, 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)). Provide an accompanying Schedule of Values broken down by CSI Division. i�%9 �t ST! ,5vtrg D�Jspa y�t� m_Dollars (Amount in numbers) Alternate #1 - Replace all existing 2 x 4 fluorescent light fixtures with new 2 x 4 LED fixtures as specified herein and on the drawings. of y. —,—A du sci J Dollars $_13 /1 000 ..007 (Amount in numbers) B. WITHDRAWAL OF BID: No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. C. 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. D. OVERHEAD AND PROFIT: The undersigned agrees that the above Bids do include overhead, profit, and all other expenses involved. E. 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 . F. BID SECURITY: Bid security is required for this project. A Performance and Payment bond will be required of the successful bidder. G. ADDRESS: Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. H. 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. z, 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 successful ly 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 time 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 K. 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. The Bidder acknowledges the receipt of Addenda to the contract documents as follows: Addendum No. SAz.0 Z 7-- Bid Date Company Name 7�02,� �!- Address 1 I w-A fb ©fig Address 2 4e-s 433 �s4� Telephone Number ljq_ Fax Number l� Submitted By (Signature) A-.q cyvnk" , 4 � Submitted By (Printed Name) 0 Title £ ;1 C_c) ► %jr- &-FJL-Q Qe9'M E-mail address d END OF BID PROPOSAL 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 Hall Annex Tennant Improvement Project Number: FAC22-04 JJ Subcontractor Name F cr E je r-I C Item Numbers 2s 6 Subcontractor Name Item Numbers 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 dq L(P/ 0d2-;z- This statement relates to a proposed contract with the City of Kent named City Hall Annex Tennant Improvement Project Number: FAC22-04 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. c, NAME OF BIDDER BY *GNATURE/TITLE s f3 t Q z tcj :S;k WA- e 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 contract 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 contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, 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 contract. 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 contract, 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. During the time of this contract, 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 contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, 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. By: For:�,rz Title: Date: (0- / 4,(.1 �� CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN CONTRACTORS POLICY: SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor 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 contracts 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 contract. Contract Compliance Officers 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. CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of. CFY �!i�`` tu- +�- L- d-111fl— Company, hereby acknowledge and declare that the before -mentioned company was the prime contractor for the Agreement known as City Hall Annex Tennant Improvement, that was entered into on the (Date) , between the firm 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 contract. By: For: Title: Date: PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before five (5) calendar days from the date of the Notice to Proceed and agrees to complete the Contract within (90) Working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s , to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 6 / ) 4 / "-Z- e' r,, sly\-e4 LLB NnA. OF BIDDE Aiqfnature of Authorized Representative (Print Name and Title) / ®� Address CITY OF KENT COMBINED DECLARATION FORM: NON -COLLUSION, MINIMUM WAGE NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: NEW 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. 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; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. City Hall Annex Tennant Improvement Project Number:FAC22-04 NAME OF PROJECT NAME OF BIDDER'S FIRM SIGNATURE UTHORIZED REPRESENTATIVE OF BIDDER CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: Ilnsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NO: (Insert Name of Original Contract & Proi #, if applicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Sitmedl This Change Order amends the above -referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change $ Orders Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Order $ .Change Revised Contract Sum $ Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this working days Change Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above -referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Will Moore Its Its Facilities Superintendent (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, CFC Construction LLC 20233 SE 192nd St, Renton, WA 98058 and the Endurance Assurance Corporation of 4 MANHATTANVILLE ROAD, PURCHASE, NY 10577 the laws of the State of of Kent Delaware in the srrrn of five percent (5%) of the total bid amount as Principal, hereinafter called the Principal, , a corporation duly organized under , as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, Dollars ($------------------------------ ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, the Principal has submitted a bid for City Hall Annex Tenant Improvement - Project Number FAC 22-04 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 10th day of June 2022 C C Construction LLC I . ) - ( Witness(,:-rincipal Title I Endurance Assurance Corporation By (Sea]) Regan Hupf Attorney -in -Fact SEAL 2002 DELAWARi S-0054/GE 12/00 XDF SOMPO INTERNATIONAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation, a Delaware corporation, Endurance American Insurance Company, a Delaware corporation, Lexon Insurance Company, a Texas corporation, and/or Bond Safeguard Insurance Company, a South Dakota corporation. each, a "Company" and collectively, "Sompo International," do hereby constitute and appoint: Regan Hupt, Matthew Benoit, Kyaw Swar, Kathleen Maria Moss as true and lawful Allornay(s)-In- Fact to make, execute, seal, and deliver for, and on its behalf as surety or co -surety; bands and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided. however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for any portion of the penal sum thereof in excess of the sum of ONE HUNDRED MILLION Dollars ($100,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attorney(s)-in-fact, shall be binding upon the Company as fully and to the same extent as if signed by the President of the Company under its corporate seal attested by its Corporate Secretary. This appointment is made under and by authority of certain resolutions adopted by the sole shareholder of each Company by unanimous written consent effective the 15t" day of June, 2019, a copy of which appears below under the heading entitled "Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolullon adopted by the sole shareholder of each Company by unanimous written consent effective the 151h day of June, 2019 and said resolution has not since been revoked, amended or repealed: RESOLVED, that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate hearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, each Company has caused this instrument to be signed by the following officers, and its corporate seal to be affixed this 151h day of June, 2019. Endurance Assurance Corporation By: Richard Aouel: S,VR &,Senior Counsel c 2 C SEAL z t 2002 DELAwARE "•«�,., a n.,,,•,••� •„ Endurance American r Insurance Comparty By: Richard Appel,,SVN•r&„penior Counsel �• ��On III's •,,� ;,•gym _�Rf'�r�T �� ''. : W : SFAL 1996 ,� a '•, �'.011 MARE; t °AGE ' • - -' 1���.' ACKNO WLE Lexon Insurance Company By. Richard Appel; Senior Counsel �,09,rpA"C"C. ,.••,,,y 'fin k G• i. D �SEALj DGEMENT Bond Safeguard �p Insurance Company By ;. A , RicHard Appe;I;,SVP &„S,enior Counsel . a ttusv �:.. SOu'l H DAKOTA b ._ Q. INSORANr,G `rn� t,<rrat✓nNY On this 1511i day of June, 2019, before me, personally came the above signatories known to me, who being duly sworn, did depose and say that hellW1>}'�fo{jjcer of each of the Companies; and that he executed said instrument on behalf of each Company by authority of his offc under Ih by ws of each Company; • 'Y ' ` VAR By: rt o Amy aylor. No ublic My Commissidn Expires VW3z CERTIFICATE I, the undersigned Officer of each Company, DO HEREBY CERTIFY that: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of each Company and has not since been revoked amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the sole shareholder of each Company by unanimous written consent effective June 15, 2019 and said resolutions have not since been revoked, amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Company any and all bonds, undertakings or obligations in surety or co -surety with others: RICHARD M. APPEL, BRIAN J. BEGGS, CHRISTOPHER DONELAN, SHARON L. SIMS, CHRISTOPHER L. SPARRO, MARIANNE L. WILBERT ; and be it further RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in surety or co -surety for and on behalf of the Company." 3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 10th day of June 20 22 By: Dame S, L rie, reiary NOTICE: U 3 TREASURY DEPARTMENT`S OFFICE OF FOREIGN ASSETS CONTROL (0FAC1 No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided- This Notice provides information concerning possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully. The Office of Foreign Assets Control (OFAC) administers aril enforces sanctions policy, based on Presidential declarations of "national emergency'. OFAC has identified and listed numerous foreign agents. front organizations, terrorists, terrorist organizations, and narcotics traffickers as "Specially Designated Nationals and Blocked Persons". This list can be located on the United States Treasu(y's website - ,ll s uw y_w.treasury.yuylr�se�„r��centurtsan_ oho+3 D_t•J_- r.;a. In accordance will) OFAC regulations, if it is determined that you or any other person or entity claiming the benefits of any coverage has violated US. sanctions law or is a Specially Designated National and Blocked Person, as identified by OFAC, any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premiurn refunds may be made without authorization from OFAC Other limitations on the premiums and payments may also apply. Any reproductions are vold. Surety Claims Submission: Lexnnct_atmAdnsmistr�uonr2nsompn_intLcom Telephone: 615-553-9500 Mailing Address: Sompo International; 12890 Lebanon Road; Mount Juliet, TN 37122-2870 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 ANII. 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. / A� " CERTIFICATE OF LIABILITY INSURANCE DATE9(MMIDD2 (MM/DDIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Griffith/Rush Drake Insurance, Inc. PO BOX 821049 Kenmore WA 98028 CONTACT NAME: PHONE FAX A/C No Ext : 206-363-0550 A/C No : 206-365-0699 ADDRESS: certs@grdins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Ohio Security Insurance Company 24082 License* 187695 INSURED CFCCONS-01 CFC Construction LLC INSURERB: The Ohio Casualty Insurance Company 24074 20233 SE 192nd St INSURER C : INSURER D : Renton WA 98058 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:35186015 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER EFF MM DDPOLICYYYYY Y EXP MM DDYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY BKS61783915 7/28/2022 7/28/2023 EACH OCCURRENCE $1,000,000 Fv� CLAIMS -MADE OCCUR DAMAGE TO TED PREMISESlccurrrence)$ (E. occurrence) 1,000,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ❑X PRO ❑ LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY L $ B X UMBRELLA LIAB X OCCUR US061783915 7/28/2022 7/28/2023 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED X RETENTION $ in nnn $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N BKS61783915 7/28/2022 7/28/2023 PER X OTH- STATUTE ER WA STOP GAP ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 A INLAND MARINE BM055116237 6/21/2022 6/21/2023 Rented/Leased Equip. 25,000 Deductible 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The Certificate Holder is added as Additional Insured per written contract with regards to the work and services performed by the Named Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 220 Fourth Ave S AUTHORIZED REPRESENTATIVE Kent WA 98032 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY -ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 3 " ADDITIONAL INSUREDS -BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS -EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED - 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 a 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. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. 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. N If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the 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: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. 2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection 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: 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 N 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 1.15. 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 II - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and 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. N 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. This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II -Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her 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 II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: i3 Your failure to disclose all hazards or prior 'occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior 'occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an 'occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II - Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V - Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, 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 A 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. TIAITER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT Under Section IV - Commercial General Liability Conditions, the following is added to Condition 0. 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. © 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 0413 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 II — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" or "property damage": 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". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured 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 I — 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. 2. "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. © 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 2 C. With respect to the insurance afforded by this endorsement, exclusion I. Damage To Your Work of Paragraph 2. Exclusions under Section I — 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". D. With respect to the insurance afforded to these additional insureds, the following is added to Section II — 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: Required by contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. With respect to the insurance afforded by this endorsement, Section IV — Commercial General Liability Conditions is amended as follows: 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 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. Paragraph 4. of Section IV — Commercial General Liability Conditions is amended 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. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. © 2013 Liberty Mutual Insurance CG 85 83 0413 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2 OC I Commercial General Liability Forms 1 12/01/08 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by `occurrences" under Section I — Coverage A - Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I — Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by `occurrences" under Section I — Coverage A - Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I — Coverage C Medical Payments, which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1 ©The Ohio Casualty Insurance Company ©2010 Vertafore, Inc. All Rights Reserved. A4CC)R " VEHICLE OR EQUIPMENT CERTIFICATE OF INSURANCE DATE (MMIDD/YYYY) 09/08/2022 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. This form is used to report coverages provided to a single specific vehicle or equipment. Do not use this form to report liability coverage provided to multiple vehicles under a single policy. Use ACORD 25 for that purpose. PRODUCER CONTACT NICHOLAS VARELIA NAME: StateFarm STATE FARM PHONE. -1462 FAX -1463A/No Ext : (425)226 A/No : (425)226 14300 SE PETROVITSKY RD, STE A ADDRESS: NICHOLAS.E.VARELIA.Y9VE@STATEFARM.COM PRODUCER CUSTOMER ID #: RENTON, WA 98058-8955 INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: State Farm Mutual Automobile Insurance Company 25178 INSURER B : CHRIS CUMMINGS INSURER C : 20233 SE 192ND ST INSURER D : RENTON WA 98058-0271 INSURER E : DESCRIPTION OF VEHICLE OR EQUIPMENT YEAR MAKE / MANUFACTURER MODEL BODY TYPE VEHICLE IDENTIFICATION NUMBER 2017 RAM 1500 PICKUP 1C6RR7FT9HS669317 DESCRIPTION VEHICLE/EQUIPMENT VALUE SERIAL NUMBER COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICY(IES) OF INSURANCE LISTED BELOW HAS/HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD(S) 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 POLICY(IES) DESCRIBED HEREIN IS/ARE SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY(IES). INSR ADVI_ POLICY EFFECTIVE POLICY EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YYYY) DATE (MMIDD/YYYY) LIMITS XVEHICLE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY (Per person) $ 1,000,000 X 438 5457-D28-47B 04/28/2022 10/28/2022 BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE $ 1,000,000 GENERAL LIABILITY EACH OCCURENCE $ OCCURRENCE GENERAL AGGREGATE $ CLAIMS MADE is INSR LOSS POLICY EFFECTIVE POLICY EXPIRATION LTR PAYEE TYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YYYY) DATE (MMIDD/YYYY) LIMITS I DEDUCTIBLE X X VEH COLLISION LOSS 438 5457-D28-47B 04/28/2022 10/28/2022 ❑. ACV ❑ AGREED AMT $ LIMIT ❑ ❑ STATED AMT $ 500 DED X VEH COMP VEH OTC 438 5457-D28-47B 04/28/2022 10/28/2022 ❑. ACV ❑ AGREED AMT $ LIMIT ❑ ❑ STATED AMT $ 100 DED EQUIPMENT ❑ ACV ❑ AGREED AMT $ LIMIT BASIC BROAD ❑ RC ❑ STATED AMT R $ DED SPECIAL ❑ REMARKS (INCLUDING SPECIAL CONDITIONS / OTHER COVERAGES) (Attach ACORD 101, Additional Remarks Schedule, if more space is required) THIS POLICY WILL AUTOMATICALLY RENEW 10/28/2022 ADDITIONAL INTEREST CANCELLATION Select one of the following: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED The additional interest described below has been added to the policy(ies) listed herein by policy number(s). BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE A request has been submitted to add the additional interest described below to the policy(ies) DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. listed herein by Policynumbers . VEHICLE / EQUIPMENT INTEREST: LEASED FINANCED DESCRIPTION OF THE ADDITIONAL INTEREST ADDITIONAL INSURED LOSS PAYEE NAME AND ADDRESS OF ADDITIONAL INTEREST LENDER'S LOSS PAYEE LOAN/LEASE NUMBER AUTHORIZED REPRESENTATIVE @ 1997-2015 ACORD CORPORATION. All rights reserved. ACORD 23 (2016/03) The ACORD name and logo are registered marks of ACORD 1004361 142987.4 04-24-2020 09/08/2022 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: 06/16/2022 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $54.62 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $63.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $63.32 7E 1 N View King Building Service Employees Janitor $27.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $27.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $31.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $32.18 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $68.19 15J 4C View King Carpenters Bridge, Dock And Wharf $68.19 15J 4C View Carpenters King Carpenters Carpenter $68.19 15J 4C View King Carpenters Floor Finisher $68.19 15J 4C View King Carpenters Floor Layer $68.19 15J 4C View King Carpenters Scaffold Erector $68.19 15J 4C View King Cement Masons Application of all Composition $67.41 15J 41J View Mastic King Cement Masons Application of all Epoxy $66.91 15J 41J View Material King Cement Masons Application of all Plastic $67.41 15J 41J View Material King Cement Masons Application of Sealing $66.91 15J 41J View Compound King Cement Masons Application of Underlayment $67.41 15J 41J View King Cement Masons Building General $66.91 15J 41J View King Cement Masons Composition or Kalman Floors $67.41 15J 41J View King Cement Masons Concrete Paving $66.91 15J 41J View King Cement Masons Curb Et Gutter Machine $67.41 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $66.91 15J 41J View King Cement Masons Curing Concrete $66.91 15J 41J View King Cement Masons Finish Colored Concrete $67.41 15J 4U View King Cement Masons Floor Grinding $67.41 15J 4U View King Cement Masons Floor Grinding/Polisher $66.91 15J 4U View King Cement Masons Green Concrete Saw, self- $67.41 15J 4U View powered King Cement Masons Grouting of all Plates $66.91 15J 4U View King Cement Masons Grouting of all Tilt -up Panels $66.91 15J 4U View King Cement Masons Gunite Nozzleman $67.41 15J 4U View King Cement Masons Hand Powered Grinder $67.41 15J 4U View King Cement Masons Journey Level $66.91 15J 4U View King Cement Masons Patching Concrete $66.91 15J 4U View King Cement Masons Pneumatic Power Tools $67.41 15J 4U View King Cement Masons Power Chipping Et Brushing $67.41 15J 4U View King Cement Masons Sand Blasting Architectural $67.41 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $67.41 15J 4U View King Cement Masons Spackling or Skim Coat $66.91 15J 4U View Concrete King Cement Masons Troweling Machine Operator $67.41 15J 4U View King Cement Masons Troweling Machine Operator on $67.41 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $67.41 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $122.46 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Diver $122.49 15J 4C 8V View King Divers Et Tenders Diver On Standby $81.04 15J 4C View King Divers Et Tenders Diver Tender $73.60 15J 4C View King Divers Et Tenders Manifold Operator $73.60 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $78.60 15J 4C View King Divers Et Tenders Remote Operated Vehicle $73.60 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $68.64 15J 4C View Tender King Dredge Workers Assistant Engineer $73.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $73.05 5D 3F View King Dredge Workers Boatmen $73.62 5D 3F View King Dredge Workers Engineer Welder $75.03 5D 3F View King Dredge Workers Leverman, Hydraulic $76.53 5D 3F View King Dredge Workers Mates $73.62 5D 3F View King Dredge Workers Oiler $73.05 5D 3F View King Drywall Applicator Journey Level $68.19 15J 4C View King Drywall Tapers Journey Level $67.91 5P 1 E View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $97.21 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $104.49 7C 4E View King Electricians - Inside Certified Welder $93.91 7C 4E View King Electricians - Inside Certified Welder (tunnel) $100.86 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $90.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $97.21 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $88.89 5A 4D View Construction King Electricians - Powerline Certified Line Welder $81.65 5A 4D View Construction King Electricians - Powerline Groundperson $52.91 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $70.02 5A 4D View Construction King Electricians - Powerline Meter Installer $52.91 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4D View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction King Electronic Technicians Journey Level $59.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 1111 View Products Work Only King Fence Erectors Fence Erector $46.29 15J 4V 8Y View King Fence Erectors Fence Laborer $46.29 15J 4V 8Y View King Flaggers Journey Level $46.29 15J 4V 8Y View King Glaziers Journey Level $72.41 7L 1Y View King Heat Et Frost Insulators And Journey Level $82.02 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $91.83 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $57.31 15J 4V 8Y View King Industrial Power Vacuum Journey Level $14.49 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/Sealing Of Grout Truck Operator $14.49 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View I 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 $68.19 15J 4C View King Ironworkers Journeyman $80.28 7N 10 View King Laborers Air, Gas Or Electric Vibrating $54.62 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $56.31 15J 4V 8Y View King Laborers Ballast Regular Machine $54.62 15J 4V 8Y View King Laborers Batch Weighman $46.29 15J 4V 8Y View King Laborers Brick Pavers $54.62 15J 4V 8Y View King Laborers Brush Cutter $54.62 15J 4V 8Y View King Laborers Brush Hog Feeder $54.62 15J 4V 8Y View King Laborers Burner $54.62 15J 4V 8Y View King Laborers Caisson Worker $56.31 15J 4V 8Y View King Laborers Carpenter Tender $54.62 15J 4V 8Y View King Laborers Cement Dumper -paving $55.62 15J 4V 8Y View King Laborers Cement Finisher Tender $54.62 15J 4V 8Y View King Laborers Change House Or Dry Shack $54.62 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $55.62 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $54.62 15J 4V 8Y View King Laborers Choker Setter $54.62 15J 4V 8Y View King Laborers Chuck Tender $54.62 15J 4V 8Y View King Laborers Clary Power Spreader $55.62 15J 4V 8Y View King Laborers Clean-up Laborer $54.62 15J 4V 8Y View King Laborers Concrete Dumper/Chute $55.62 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $54.62 15J 4V 8Y View King Laborers Concrete Placement Crew $55.62 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $55.62 15J 4V 8Y View Driller King Laborers Crusher Feeder $46.29 15J 4V 8Y View King Laborers Curing Laborer $54.62 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $54.62 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $54.62 15J 4V 8Y View King Laborers Diver $56.31 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $55.62 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $54.62 15J 4V 8Y View King Laborers Dump Person $54.62 15J 4V 8Y View King Laborers Epoxy Technician $54.62 15J 4V 8Y View King Laborers Erosion Control Worker $54.62 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $55.62 15J 4V 8Y View King Laborers Fine Graders $54.62 15J 4V 8Y View King Laborers Firewatch $46.29 15J 4V 8Y View King Laborers Form Setter $54.62 15J 4V 8Y View King Laborers Gabian Basket Builders $54.62 15J 4V 8Y View King Laborers General Laborer $54.62 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $57.31 15J 4V 8Y View King Laborers Grinders $54.62 15J 4V 8Y View King Laborers Grout Machine Tender $54.62 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $55.62 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $54.62 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $56.31 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $55.62 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $54.62 15J 4V 8Y View C) King Laborers High Scaler $56.31 15J 4V 8Y View King Laborers Jackhammer $55.62 15J 4V 8Y View King Laborers Laserbeam Operator $55.62 15J 4V 8Y View King Laborers Maintenance Person $54.62 15J 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 15J 4V 8Y View King Laborers Material Yard Person $54.62 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $55.62 15J 4V 8Y View King Laborers nozzleman (concrete pump, $57.31 15J 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 $55.62 15J 4V 8Y View King Laborers Pilot Car $46.29 15J 4V 8Y View King Laborers Pipe Layer (Lead) $57.31 15J 4V 8Y View King Laborers Pipe Layer/Tailor $55.62 15J 4V 8Y View King Laborers Pipe Pot Tender $55.62 15J 4V 8Y View King Laborers Pipe Reliner $55.62 15J 4V 8Y View King Laborers Pipe Wrapper $55.62 15J 4V 8Y View King Laborers Pot Tender $54.62 15J 4V 8Y View King Laborers Powderman $56.31 15J 4V 8Y View King Laborers Powderman's Helper $54.62 15J 4V 8Y View King Laborers Power Jacks $55.62 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 15J 4V 8Y View King Laborers Raker - Asphalt $57.31 15J 4V 8Y View King Laborers Re-timberman $56.31 15J 4V 8Y View King Laborers Remote Equipment Operator $55.62 15J 4V 8Y View King Laborers Rigger/Signal Person $55.62 15J 4V 8Y View King Laborers Rip Rap Person $54.62 15J 4V 8Y View King Laborers Rivet Buster $55.62 15J 4V 8Y View King Laborers Rodder $55.62 15J 4V 8Y View King Laborers Scaffold Erector $54.62 15J 4V 8Y View King Laborers Scale Person $54.62 15J 4V 8Y View King Laborers Sloper (Over 20") $55.62 15J 4V 8Y View King Laborers Sloper Sprayer $54.62 15J 4V 8Y View King Laborers Spreader (Concrete) $55.62 15J 4V 8Y View King Laborers Stake Hopper $54.62 15J 4V 8Y View King Laborers Stock Piler $54.62 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $46.29 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $55.62 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $55.62 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $55.62 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $54.62 15J 4V 8Y View King Laborers Topper $54.62 15J 4V 8Y View King Laborers Track Laborer $54.62 15J 4V 8Y View King Laborers Track Liner (Power) $55.62 15J 4V 8Y View King Laborers Traffic Control Laborer $49.50 15J 4V 9C View King Laborers Traffic Control Supervisor $52.45 15J 4V 9C View King Laborers Truck Spotter $54.62 15J 4V 8Y View King Laborers Tugger Operator $55.62 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air $142.82 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $147.85 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $151.53 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $157.23 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $159.35 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $164.45 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $166.35 15J 4V 9B View Worker68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $168.35 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $170.35 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $57.41 15J 4V 8Y View Tender King Laborers Tunnel Work -Miner $57.41 7A 4V 8Y View King Laborers Tunnel Work -Miner $57.41 15J 4V 8Y View King Laborers Vibrator $55.62 15J 4V 8Y View King Laborers Vinyl Seamer $54.62 15J 4V 8Y View King Laborers Watchman $42.08 15J 4V 8Y View King Laborers Welder $55.62 15J 4V 8Y View King Laborers Well Point Laborer $55.62 15J 4V 8Y View King Laborers Window Washer/Cleaner $42.08 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $54.62 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $55.62 15J 4V 8Y View Et Water King Landscape Construction Landscape $42.08 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $75.50 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $68.19 15J 4C View King Marble Setters Journey Level $63.32 7E 1 N View King Metal Fabrication In Shop) Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication In Shop) Mechanic $43.63 151 11 E View King Metal Fabrication In Shop), Welder/Burner $39.28 151 11E View King Millwright Journey Level $69.74 15J 4C View King Modular Buildings Cabinet Assembly $14.49 1 View King Modular Buildings Electrician $14.49 1 View King Modular Buildings Equipment Maintenance $14.49 1 View King Modular Buildings Plumber $14.49 1 View King Modular Buildings Production Worker $14.49 1 _ View King Modular Buildings Tool Maintenance $14.49 1 View King Modular Buildings Utility Person $14.49 1 _ View King Modular Buildings Welder $14.49 1 View King Painters Journey Level $47.70 6Z 2B _ View King Pile Driver Crew Tender $62.69 15J 4C View King Pile Driver Crew Tender/Technician $62.69 15J 4C _ View King Pile Driver Hyperbaric Worker - $85.00 15J 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $90.00 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $94.00 15J 4C View Compressed Air Worker 44.01 54.00 PSI King Pile Driver Hyperbaric Worker - $106.50 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $108.50 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $110.50 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $112.50 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $68.64 15J 4C View King Plasterers Journey Level $64.14 Z(2 1 R View King Plasterers Nozzleman $67.64 1 R View King Playground Et Park Equipment Journey Level $14.49 1 View Installers King Plumbers Et Pipefitters Journey Level $94.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $76.77 15J 11G 8X View King Power Equipment Operators Assistant Engineer $72.20 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $76.09 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $76.09 15J 11G 8X View King Power Equipment Operators Boat Operator $76.87 7A 11 H 8X View King Power Equipment Operators Bobcat $72.20 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $72.20 15J 11G 8X View Equipment King Power Equipment Operators Brooms $72.20 15J 11G 8X View King Power Equipment Operators Bump Cutter $76.09 15J 11G 8X View King Power Equipment Operators Cableways $76.77 15J 11G 8X View King Power Equipment Operators Chipper $76.09 15J 11G 8X View King Power Equipment Operators Compressor $72.20 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $72.20 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $75.50 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $76.77 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $76.09 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $75.50 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $79.20 7A 11 H 8X View over King Power Equipment Operators Cranes, A -frame: 10 tons and $72.30 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $77.63 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $76.19 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $78.44 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $79.20 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $76.87 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $78.44 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $75.60 7A 11 H 8X View attachments, a -frame over 10 tons King Power Equipment Operators Crusher $76.09 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $76.09 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $76.77 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $75.50 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $77.53 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: $72.20 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $76.09 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $75.50 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $76.09 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $72.20 15J 11G 8X View King Power Equipment Operators Guardrail Punch $76.09 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $76.77 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $76.09 15J 11G 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $75.50 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $76.09 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $75.60 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $72.30 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $78.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $76.09 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $76.09 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $75.50 15J 11G 8X View King Power Equipment Operators Locomotives, All $76.09 15J 11G 8X View King Power Equipment Operators Material Transfer Device $76.09 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $77.53 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $76.77 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $72.20 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $75.50 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type: 100 $77.63 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $76.87 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $72.20 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $76.09 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $72.20 15J 11G 8X View King Power Equipment Operators Power Plant $72.20 15J 11G 8X View King Power Equipment Operators Pumps - Water $72.20 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View King Power Equipment Operators Remote Control Operator On $76.77 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $72.30 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $75.60 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $76.77 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $72.20 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $75.50 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $76.09 15J 11G 8X View King Power Equipment Operators Saws - Concrete $75.50 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $76.09 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $75.50 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $72.20 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $76.09 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $76.77 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $76.77 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $76.09 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $75.50 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $78.44 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $77.63 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $79.20 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $76.77 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $75.50 15J 11G 8X View King Power Equipment Operators Truck crane oiler/driver: under $75.60 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $76.09 15J 11G 8X View King Power Equipment Operators Welder $76.77 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $72.20 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $76.09 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $76.87 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $72.20 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $72.20 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $75.50 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $76.77 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $76.09 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $79.20 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $72.30 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $77.63 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $78.44 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $79.20 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $76.87 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $78.44 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $75.60 7A 11 H 8X View Underground Sewer Et Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $76.09 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $77.53 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man -lift: $72.20 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $76.09 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $75.50 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $72.20 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $72.20 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $76.09 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $76.77 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $76.09 15J 11G 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $75.50 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $76.09 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $72.30 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $75.60 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $78.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $76.09 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $77.53 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $72.20 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $75.50 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type: 100 $77.63 7A 11 H 8X View Underground Sewer Et Water tons and over I King Power Equipment Operators- Overhead, bridge type: 45 tons $76.87 _ 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $76.09 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On $76.77 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $72.30 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $75.60 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $75.50 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $76.09 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $76.09 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons I King Power Equipment Operators- Slipform Pavers $76.77 _ 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $76.77 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $78.44 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $77.63 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $79.20 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $76.77 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $76.19 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $75.60 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $76.09 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A i View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $90.01 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $63.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $68.19 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $94.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $90.01 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $91.83 7F 1 E I View � Workers King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View .(Fire Protection) King Residential Stone Masons Journey Level $63.32 7E 1 N View King Residential Terrazzo Workers Journey Level $58.71 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $91.83 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.45 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 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 $48.92 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 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 $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $53.62 0 1 .(Electrical). King Sign Makers Et Installers (Non- Journey Level $34.42 0 1 Electrical). King Soft Floor Layers Journey Level $54.41 5A 3J King Solar Controls For Windows Journey Level $14.49 1 King Sprinkler Fitters (Fire Journey Level $89.49 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $14.49 1 Structural), King Stone Masons Journey Level $63.32 7E 1 N King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site $75.60 7A 11 H Surveyor King Surveyors Chainman $72.30 7A 11 H King Surveyors Construction Site Surveyor $76.87 7A 11 H King Surveyors Drone Operator (when used in $72.30 7A 11 H conjunction with survey work only) King Surveyors Ground Penetrating Radar $72.30 7A 11 H Operator King Telecommunication Technicians Journey Level $59.10 7E 1 E King Telephone Line Construction - Cable Splicer $38.27 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $25.66 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $31.96 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $36.17 5A 2B Outside King Terrazzo Workers Journey Level $58.71 7E 1 N King Tile Setters Journey Level $58.71 7E 1 N King Tile, Marble Et Terrazzo Finisher $49.54 7E 1 N Finishers King Traffic Control Stripers Journey Level $50.51 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards $69.95 15J 111 King Truck Drivers Asphalt Mix To 16 Yards $69.11 15J ill King Truck Drivers Dump Truck $69.11 15J 111 King Truck Drivers Dump Truck Et Trailer $69.95 15J 111 King Truck Drivers Other Trucks $69.95 15J ill King Truck Drivers - Ready Mix Transit Mix $69.95 15J ill King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $14.49 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers View View View View View View View View 8X View 8X View 8X View 8X View 8X View View View View View View View View View View 8L View 8L View 8L View 8L View 8L View 8L View View View View Signature: &,yAx1-9 Will Moore (Aug 18, 2022 09:57 PDT) Email: wmoore@kentwa.gov Signature: �Q6a Email: losborn@kentwa.gov Signature• Tulie PArasoondolu Julie Parascondola (Aug29, 202210:49 PDT) Email: jparascondola@kentwa.gov FAC22-04- CFC CONSTRUCTION CH ANNEX Final Audit Report 2022-08-29 Created: 2022-08-18 By: Leah Bryant (Ibryant@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAGyUgSZiuuuMK3S2XnIEAgtOLpQXRACaJ "FAC22-04- CFC CONSTRUCTION _ CH ANNEX" History Document created by Leah Bryant (Ibryant@kentwa.gov) 2022-08-18 - 4:40:50 PM GMT ' Document emailed to wmoore@kentwa.gov for signature 2022-08-18 - 4:44:47 PM GMT Email viewed by wmoore@kentwa.gov 2022-08-18 - 4:54:18 PM GMT a Signer wmoore@kentwa.gov entered name at signing as Will Moore 2022-08-18 - 4:57:08 PM GMT o- Document e-signed by Will Moore (wmoore@kentwa.gov) Signature Date: 2022-08-18 - 4:57:09 PM GMT - Time Source: server Document emailed to cfc1construct@gmail.com for signature 2022-08-18 - 4:57:13 PM GMT Email viewed by cfc1 construct@gmail.com 2022-08-18 - 5:06:03 PM GMT Signer cfc1 construct@gmail.com entered name at signing as chris cummings 2022-08-22 - 4:22:20 PM GMT o- Document e-signed by chris cummings (cfc1construct@gmail.com) Signature Date: 2022-08-22 - 4:22:22 PM GMT - Time Source: server Document emailed to Lynn Osborn (losborn@kentwa.gov) for signature 2022-08-22 - 4:22:28 PM GMT a Adobe Acrobat Sign Document e-signed by Lynn Osborn (losborn@kentwa.gov) Signature Date: 2022-08-22 - 5:04:13 PM GMT - Time Source: server Document emailed to Julie Parascondola Qparascondola@kentwa.gov) for signature 2022-08-22 - 5:04:17 PM GMT `s Email viewed by Julie Parascondola (jarascondola@kentwa.gov) 2022-08-29 - 5:48:51 PM GMT L. Document e-signed by Julie Parascondola Qparascondola@kentwa.gov) Signature Date: 2022-08-29 - 5:49:06 PM GMT - Time Source: server Agreement completed. 2022-08-29 - 5:49:06 PM GMT a Adobe Acrobat Sign