Loading...
HomeMy WebLinkAboutPW13-244 - Original - Hoffman Construction, Inc. - Riverview Park Channel Restoration Grass Field Improvements - 09/16/2013 t Records Mina ement KENT Document WASHINGTON 1 t CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Hoffman Construction, Inc. Vendor Number- JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: Riverview Park Channel Restoration - Grass Field Improvements Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 20 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of re-establishing the open grass field at Riverview Park. This will be done by amending the existing 6 acres of park land with compost material. The compost material will be ripped to a depth of 12" in perpendicular directions then tilled and hydroseeded with a playground seed mix. i S:Publlc\Records Management\Farms\ContractCover\adcc7832 i 11/08 CITY( OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Riverview Park Channel Restoration - Grass Field rove en s Project Number: 06-3008 BIDS ACCEPTED UNTIL August 27, 2013 11 :00 A.M. BID OPENING IMMEDIATELY FOLLOWING, DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR ICI T WASHINGTON PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 KENTFax: 253-886-6500 was niHcroH PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Riverview Park Channel Restoration - Grass Field Improvements Project Number: 06-3008 ADDENDUM No. 1 August 22, 2013 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS j The following changes are included in the enclosed replacement Bidder's Document - Schedule VII. Bidders must use the replacement Schedule VII. SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7005 8-01.5 700 Filter Fabric Fence $ $ KCSP LN FT Per LF II - KENT SPECIAL PROVISIONS Page 8-7 - Section 8-01.5 - Payment ADD the following to this section: The unit bid price per lineal foot for "Filter Fabric Fence"constitutes complete o compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, wire, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout Ythe project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. MAYOR SUZETTE COOKE��`. .. •• . .. a gym, U. . ..�. < ,e.,, s. „ . . ..r. . .. , n ,r_. I III - APPENDIX Appendix 1 - Construction Plans REPLACE Compost Including Site Preparation and Hydroseed Area with the attached. END of ADDENDUM No. 1 A� III Chad Bieren, P.E. Date City Engineer Attachments: Bidder's Document - Schedule VII Appendix 1 - Compost Including Site Preparation and Hydroseed Area I i I 2 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 6 Seeding, Fertilizing, and $ $ KSP ACRE Mulching Per AC 7005 8-01.5 700 Filter Fabric Fence $ $ KSP LN FT PerLF 7010 8-01.5 2,500 Wattle $ $ WSDOT LN FT Per LF 7025 8-01.5 1,000 Clear Plastic Covering $ $ KSP SQ YDS Per SY 7030 8-01.5 40 ESC Lead $ $ KSP HOURS Per HR 7055 8-01.5 1 Erosion/Water Pollution $2,000.00* $2,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders Sub Total $ 9.5% WA State Sales Tax $ Schedule VII Total $ i i i Riverview Park Restoration/Hallock 8 August 22, 2013 Project Number: 06-3008 i I W W W v Y W W W Y Y 1 W SILT-P_'ENCE W W W W "ROAD CLOSED � AHEAD"SIGN • W SECONDARY ,��q Y W Y Y W W W Y O STRAW W W W W W W W\WO W W Y WATTLE Y COMPOST W Y W W V Y W INCLUDING SITE Y 1 W Y Y W W W Y PREPARATION W W W Y W Y W STRAW W W V w W AND HYDROSEED WATTLE jY Y DO NOT DISTURB r vGRAVEL TRAIL W v v W v W \ \r~ Y Y W ' `Y Y J •¢ ROAD CLOSED" SIGN', W V W Y yY r(( EXISTING S IDF CHANNEL )/Pt DO W W W W W Y W W Y W W V S I D® NOT DISTURB W Y w W W GRAVEL TRAIL W w W Y h[.e� 1 (}( I XISS`I INof COMPOST V Y v v -- _,- I Y W� INCLUDING SITE PREPARATION W W } AND I-IYDROSEED ° Y 44 1. W W W W 6 Lp—RONTRAtIL W 1 .�4-1['F`F}-1L,� B 1>r�.IL — W } W Y W Y W W W W SOIL PREPARATION AND SEEDING NOTES SILT FENCEW W W W Y Y w 1. SPREAD 3" COMPOST OVER ENTIRE AREA. y } 7 S Y Y W Y 2. MIX (RIP) COMPOST INTO NATIVE SOIL TO 12" • . DEPTH AT LEAST TWICE, IN PERPENDICULAR DIRECTIONS. _ I 3. ROTOTILL UNTIL UNIFORM GRAIN SIZE AND --______..___ TEXTURE ACHIEVED. GREEN EXISTING4. WATER OR ROLL TO 857 MAXIMUM RIVER EXISTING COMPACTION. Si',�,TIPAF3 tiYF --_--._.- 5. HYDROSEED ENTIRE AREA. AS NOTED ON MAP i APPENDIX 1: COMPOST INCLUDING SITE PREPARATION AND HYDROSEED AREA CRY OF KENT ENGINEERIHO UEPAi RHT 4CO W. GOWE ST KENT, WA, 00032 KENT RIVERVIEW PARK CHANNEL RESTORATION - GRASS FIELD IMPROVEMENTS AUGUET, 2G13, EGLE: 1' n 110' (�\Cn�l r.,-..-..t..i\n¢—zmo ov.-��-...ems.,.\�..._\c �..�,�ra.�..,,-.,nrn.......-..i. ..... ... ,_ �� • • TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions p �I Tab 5 Construction Plans Tab 6 Kent Standard Plans Tab 7 Prevailing Wage Rates i CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Riverview Pr I Restoration Grassi t Improvements Project BIDS ACCEPTED UNTIL August 7, 2 1 11w BID OPENINGIMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Aven"e S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DXRECTOR � 11q 40 00 c E r`B V152 WAS hl IN GTO N U�li\:GI S'4'F,1ZF9tT�' nNAL ESQ i BIDDER: HOFFMAN CONSTRUCTION, INC. Provided to Builders Exchange of NA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scale i ORDER OF CONTENTS Invitation to Bid 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 Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page i Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Construction Plans Kent Standard Plans Prevailing Wage Rates III INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through August 27, 2013 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 immediately following 11.00 a.m. for the City of Kent project named as follows: Riverview Park Channel Restoration — Grass Field Improvements Project Number: 06-3008 The project consists of re-establishing the open grass field at Riverview Park. This will be done by amending the existing 6 acres of park land with compost material. The compost material will be ripped to a depth of 12" in perpendicular directions then tilled and hydroseeded with a playground seed mix. Temporary erosion and sedimentation control measures must be in place prior to any earthwork. All work must be completed by October 15, 2013, The Engineer's estimated range for this project is approximately $170,000 - $190,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Toby Hallock at (253) 856- 5536. 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. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50.00 for each set, Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. 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. 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 121h day of August, 2013. -� BY: i` onald F. Bore, ,ity Clerk Published in Kent Reporter on August 16, 2013 Daily Journal of Commerce on August 13 & 20, 2013 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 8-27-2013 This statement relates to a proposed contract with the City of Kent named Riverview Parts channel Restoration - Grass Field Improvements Project Number: 06-3006 1 am the undersigned bidder or prospective contractor. I represent that - 1 . I X 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. I' II Hoffman Construction, Inc. NAME OF BIDDER By_,;. -vice Presdient Signature/fit][''- Brad Hoffman P.O. Box 845 Enumclaw, WA 98022 ADDRESS (Note to Bidders. The information required in this compliance Statement is informational only) Provided g"%iyftywlig 4l c f4J1� 10(&c. For usage Conditions Agreement see vn .bxwa.com - A1wAW6r&1?y2Pd,& Project Number: 06- 008 DECLARATION CITY OF (CENT 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. 3. 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. Dated this 27th day of August 2013. By: Brad Hoffman n - For: Hoffman Construction, Inc. Title: Vice President Date: 8-27-13 Provided %V .(jweT'3r'N:XC1Ta++y�iody[ FSIOC&C. For usage Conditivne Agreement see mm.bxwa.com - Alwey:s rliy Zb�c�a31e Project Number: 06- 008 C I TY OF KENT ADMINISTRATIVE POLICY NUMBER: 1 .2 EFFECTIVE DATE: January 1 , 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1 , 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding 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, Provided v ine 113 �.� 1QW4lo�c. For usage Condit,%. Agreement see www.bxwa.com - A1w 6Wr1?y Zs9JA. Project Number: 06- 008 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Brad Hoffman has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Riverview Park Channel Restoration — Grass Field Improvements/Project Number: 06-3006 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Provided %V'YYRVeWVEM4Ic f2l to ne. For usage Conditions Agreement see w .bx a.com - AIWAIW4�r1$y2DAe Project Number: 06- ODB i SCHEDULE I — GRASS FIELD IMPROVEMENTS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $6,100.00 $ 6,100.00 WSDOT LUMP SUM Per LS 1050 8-02.5 2,500 Compost, Including Site $ 34.15 $85,375.00 KSP CU YDS Preparation Per CY 1355 1-04,4(1) 1 Minor Changes $3,000.00* $3,000.00 WSDOT CALC Per CALC *Common price to all bidders Sub Total $ 94,475.00 j3 9.5% WA State Sales Tax $ 8,975.00 Schedule I Total $ 103,450.13 Provided ������� �q�31 -� b "+c. For usage Conditfbns Agreement see www.bxwa.com - A1wAWWrJJy2,QJAs Project Number: 06-3008 SCHEDULE V — TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1 -10.5 20 Traffic Control Labor $42.00 $840.00 KSP HOURS Per HR 5010 1-10.5(2) 96 Construction Signs Class A $1.00 $96.00 WSDOT SQ FT Per SF 5015 1-10.5 20 Traffic Control Supervisor $42.00 $840.00 KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ 100.00 $ 100.00 KSP LUMP SUM Devices Per LS Sub Total $ 1,876.00 9.5% WA State Sales Tax $ 178.22 Schedule V Total $ 2,054.22 Provided �� For usage condit7ons Agreement Bee www.bxwa.com - A1wayAR6wr1?y2,QJAB Project Number: 06- 008 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 6 Seeding, Fertilizing, and $ 1,820.00 $ 10,920.00 KSP ACRE Mulching Per AC 7005 8-01.5 700 Filter Fabric Fence $4.15 $ 2,905.00 KSP LIV FT Per LF 7010 8-01.5 2,500 Wattle $ 4.20 $ 10,500.00 WSDOT LN FT Per LF 7025 8-01.5 1,000 Clear Plastic Covering $1.35 $1,350.00 KSP SQ YDS Per SY 7030 8-01,5 40 ESC Lead $550.00R $2,000.00 KSP HOURS Per 7055 8-01,5 1 Erosion/Water Pollution $2,000.00* $2,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common rice to all bidders Sub Total $ 29,675.00 9.5% WA State Sales Tax $ 2,819.13 Schedule VII Total $32,494.13 H�.'f Auyust 22, 7.013 Providedft���9lf'it7rf'� Ijn� qR" kinc, For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Project Number: 06-3 8 BID SUMMARY Schedule 1 $103,450.13 Schedule V $2,054.22 Schedule V 11 $32,494.13 TOTAL BI D AMOUNT $137,998.48 Provided tauyeIQVWIo'&c. For usage ConditPons Agreement see www.bxwa.com - Alw WrJ?y2q�Ae Project Number: 06- 008 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: Riverview Park Channel Restoration — Grass Field Improvements Project Number: 06-3008 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE ,,,✓ .n7 f p p,1,� Provided �� ��.�e � ��r 1 �e lc. For usage Conditigns (Agreement see www.bxwa.com - A1wAR9%i,.iy2,QJAe Pro ect Number: 06-008 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Not Applicable Project Name: Riverview Park Channel Restoration — Grass Field Improvements Project Number: 06-3008 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: N�G{�P�IGGI�I Oi Plumbing Subcontractor Name: 06f OPPWA �+2i Electrical Subcontractor Name: hQ1 NEW (A 8-27-2013 Signature of Efidcldr Date Provided I?u`/�iY}.��'e ]i�4f}7;�4[t�M �o�hc. For usage Condiding Agreement see www.bxwa.com - A1wAW4!9,r1?yVJAe Project Number: 06- 008 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 REQUIRES CRITERIA ESTABLISHED BY STATE LAWAS 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. Provided v �.��'e �a� � �d c. For usage ConditIgns Agreement see www.bxwa.com - Alwayw4�trl?Cy2pjAs Project Number: 06-3008 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 FORMAS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN DETERMINATION THAT YOUR RID 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. i The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Hoffman Construction, Inc. NAME: Brad Hoffman ADDRESS: P.O. Box 845 Enumclaw, WA 98022 PRINCIPAL OFFICE: Hoffman Construction, Inc. ADDRESS: 27633 SE 400th Way Enumclaw, WA 98022 PHONE: 360-825-9797 FAX: 360-802-9797 7. STATUTORY REQUIREMENTS PLEASE SEE ATTACHED 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). pp'�'�n� Provided 9bv (iV&V1qAtaq iqW%%o�c. For usage ConditUns Agreement see www.bxwa.com - Always�rJ?y29c�As Project Number: 06- 008 2. ORGAN 1 ZAT I ON 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? 1 A �p'1''n,� Provided %V%Y12)Y'eW1s; 5� �4 !10c&c. For usage CondiAns Agreement see www.bxwa.com - A1wa M96r&J?yZPc�a� . Project Number: 06-3008 4.2.2 Are there anyjudgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization, 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 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. Provided 9VWRV'eW1'E99R& 1WFWlo�c. For usage Conditl&s Agreement see www.bxwa.com - A1wAW6M .?yzVA. Project Number: 06- 008 i 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash,joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1 .3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 27th day of August , 2013. Name of Organization: Hoffman Construction, Inc. By: --- Title: Brad Hoffman-Vice President 7.2 Brad Hoffman , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 27th day of August 2013. Notary Public: V ' ol &yPublic r 01,2017 St.-to w °has hingto:o February My Commission E�pires: thy commission Fxpr res February W , 2017 � Provided Ry .q)YeWNE � i4A/4M0c'no. For usage Conditl§ns Agreement see www.bxwa.Com - A1w"LWrJ?y2Wa3Ls Project Number: 06-3008 _CONSTRUCTION, INC GRADING®SITE DEVELOPMENT.TRUCKING 1. STATUTORY REQUIREMENTS 1.1- Department of Labor and Industries certificate is attached. 1.2- Current UBI number-600247364 1.3- Industrial Insurance Account#- 381,764-00 Employment Security#-424335009 State Excise Tax Registration#- 600247364 1.4- See attached. 2. ORGANIZATION 2.1-36+years 2.2-6 years as Hoffman Construction, Inc. 2.2.1- 14 years as Randy Hoffman Construction Inc. 8 years and BRK Construction, Inc. 8 years as R.Hoffman Excavating, Inc. 2.3- 2.3.1- Date of Incorporation- 9-19-1977 2.3.2- State of Incorporation- Washington 2.3.3- President- Randy Hoffman 2.3.4-Vice Presidents- Karen Hoffman, Brad Hoffman and Bret Hoffman 2.3.5-Secretary's Name- Karen Hoffman 2.3.6-Treasurer's Name- Randy Hoffman 2.4- Not Applicable 2.5- Not Applicable 2.6- Not Applicable 3. LICENSING 3.1-Jurisdictions and trade categories: We are qualified to do business and have in many cities. We are currently licensed through the cities of Enumclaw, Renton, Tukwila and University Place. If required we license our business with the city upon award of job, but we typically wait to do so until then. 4. EXPERIENCE 4.1 Categories of work- Civil Contracting to include General Contracting, Sewer, Storm, Water, Excavation Utility Installation, Grading, Dump Trucking and Clearing 4.2- 4.2.1- Our company has never failed to complete any work awarded to us. 4.2.2-There are no judgements, claims, arbitration proceedings or suits against our company. 4.2.3- No lawsuits have been filed. P.O. Box 845 Enumclaw, Washington Office 360.825.9797 Fax 360.802,9797 www.hofcon.com _CONSTRUCTION, _ GRADING®SITE DEVELOPMENT®TRUCKING � ����� �-��� � � ���� �� � 4.3- NO 4.4- Please see attached 4.4.1-State Total Worth in Progress under contract-$3,436,027.32 4.5- Please see attached 4.5.1-State annual amount $8,000,000.00- $9,000,000.00 4.6- Please see attached 4.7- Please see attached 5. REFERENCES 5.1-Trade References: HD Fowler(425) 748-5314. Shope (253) 848-1551, ICON (206) 575-3200 5.2- Bank References: Bank of America, Enumclaw Branch (360) 825-3541-Shannon Luetke UBS (206) 287-8722-Chris Canlas or Lyria Shaffer 5.3-Surety: 5.3.1- Merchants Bonding Company 5.3.2- Hub International, Chad Epple- 12100 NE 195th St. Suite 200, Bothell, WA 98041 6. FINANCING- See Attached P.O. Box 845 Enumclaw, Washington Office 360.825.9797 Fax 360.802.9797 www.hofcon.com Department of Labor and Industries HOFF MAN CONSTRUCTION INC PO Box 44450 Olympia,WA 98504-4450 Reg: CC HOFFMCI931D9 UBI: 600-247-364 Registered as provided by Law as: Contraction Contractor (CC01)- GENERAL' HOFFMAN CONSTRUCTION INC Effective Date: 3/29/2007 PO BOX 845 Expiration Date: 8/11/2014 ENUMCLAW WA 98022' r tea m T ,a BUSINESS LICENSE k } lion Y ram . 'fATF r 6V,tSf8fR4Tt2N $ Unified Business ID ## 600 247 364 .k Domestic Profit Corporation Business ID #: 1 4 Location: 1 Expires: 06-30-2U14 +` HOFFMAN CONSTRUCTION, INC, 27633 SE 400TN WAY A ENUMCLAW WA 48022 7725 s § TAX ,REGISTRATION k'- INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE ` I tgr xr.7 CITY LICENSES/REGISTRATIONS: "=v ENUMCLAW GENERAL BUSINESS UNIVERSITY PLACE GENERAL BUSINESS LICENSING RESTRICTIONS; Not licensed to hit a minors without a Minor Work Permit. a t } I + 1a i � t i Yl+is tlncta+ncrst 11 1 ll�e oc�isteiflnn tl rtnrcemenks 3nrG lis m + ru{I+ li ai frtC lltt Lets nr�h n.tnts{above,lit t++s,PNmv lFics t-0nwmcn€ IP,c It to at.csllllr{ fits entri ntrtrcn ali if+e p}+lrr3tinrr. '� ry t eu+ngrltzs true tot{ac grate t PPt bsst nl lrl s+ Pvc+ Pmo tlezlaz n{8r r!Lu vcr_ t +"i L{ a 1� conducit.tPmcomphancewlfh all appbe-ille 4Yasmn+,tnn etlfe counfy attl cdy tcgul2iions Director Department of Revenue w o c o N z i O r/r K 1 W J w o 5 z g to U Z H 1•� 4 Z0.=Q) 6 F- m ~ C3t0 H� S'6 O Le w t!'3 L:JIY tJ n CONSTRUCTION, INC GRADINGaS'ITE D EVE LOPMENT■TRUCKING I August 27, 2013 City of Kent, City Hall 220 4th Avenue South Kent, WA 98032-5895 Re: City of Kent- "Riverview Park Channel Restoration-Grass Field Improvements" To whom it may Concern: We are bidding on the above named project. This letter should serve as the requested information per the Contractor's Qualification Statement RCW 39.04.3501. Statutory Requirements 1.4 to be included with our proposal. We, at Hoffman Construction, Inc. have never been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Nor do we have any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidders' company, are not and have not been in the past three (3) years, or ever, been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). I, Brad Hoffman have the authority to act and speak for Hoffman Construction, Inc. Brad Hoffman, Vice President Dated: August 27, 2013 P.O. Box 845 Enumclaw, Washington Office 360.825.9797 Fax 360.802.9797 www.hofcon.com 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 ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within twenty (20) 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. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. 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 __L_, 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: 8-27-2013 Hoffman Construction, Inc. NAME OF IDD R,.. BY: � (rr j ter —Signaturef`,%`— Brad Hoffman-Vice President (Print Name and Title) P.O. Box 845 Address Enumclaw, WA 98022 Provided %V .TYeWVEM W%Oogoc. For usage Condit.Rns Agreement see w .bxwa.com - A1wayzvuWJ?y29Ja3le Project Number: 06-3008 i D BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Hoffman Construction, Inc. as Principal, and Merchants Bonding Company (Mutual) , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of five percent(5%) of total bid amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns;jointly and severally, by these presents. The condition of this obligation is Such that if the Obligee shall make any award to the Principal for Riverview Paris Channel Restoration Grass Field improvements/Project Number- 06-3008 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond, SIGNED, SEALED AND DATED THIS 27th DAY OF August 2013. FIVrpan Construction, Inc. PRINCIPAL Merchants Bonding Company(Mutual) '€Y Jim S. Kuich, Attotrney-in4act 20 Received return of deposit in the sum of $ Provided RV%r'y19.{P,�U&)4s1 i0 Ih!0q',c. For usage couditl&u Agr.=ement see www.bxwa.:oom - A1WAq WW 1?y29,1Ae Protect Number: 08, 008 I MERCHAN BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make,constitute and appoint,Individually, Brandon KBush,Chad M Epple,hilic M Glover,Darlene Jakiclski,Jim S Kuich,Theresa A Lamb, Nancy J Osbome,James W Doyle,S M Scott,Steve Wagner,Betty A.Cox of Bothell and State of Washington their true and lawful Attorney-In-Fact,with full power and authority hereby conferred In their name,place and stead,to sign,execute, acknowledge and deliver In their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such Instrument shall not exceed the amount of: FIFTEEN MILLION($15,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as If such bond or undertaking was signed by the duly authorized officers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)an April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the !, seal of the Company thereto,bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. '. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this Instrument to be signed and sealed this 18th day of April 2013 . .......� ems,• ��O`�P�O�fp9�. MERCHANTS BONDING COMPANY(MUTUAL) q, 4P �q2,':p s 0,•v0 9qr.yam: MERCHANTS NATIONAL BONDING,INC. 3= :z is:7%3 •�a•2 r*+'. ' F'• 2CO3 c' a' 1933By :e. STATE OF IOWAy,irnrq+'++" '�w COUNTY OF POLK ss. President On this 18th day of April 2013 before me appeared Larry Taylor,to me personally known,who being by me duly sworn did '.. say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said Instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa, the day and year first above written. !r, MARANDA GREENWALTi(A � . • Commission NumbeCommission Ex Tres 770312 My Commission Expires OWA October 28,2014 Notary Public,Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto setmy hand and affixed the seat of the Companies on eye ;lgt ........r.�0:: y0�V`pP0y9'09yf. e „L• •_• ;3• Secretary s 20Q3 i 1933 :C: z c> POA0014 (11/11) `.d%O.Y,......:��`�r' •yd��.. ..•�1JC.'� I TY OF KENT CONFINED DECLARATION FORM: NON®COLLUS I ON, M I N I MUM 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: 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. AND 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, 1 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. Riverview Park Channel Restoration ® Grass Field Improvements Project Number: 06-3008 NAME OF PROJECT Hoffman Construction, Inc. NAME OF BIDDER'S FIRM SIGNAT FW OF AUTHORIZED REPRESENTATIVE OF BIDDER Provided %V mwewleE q�SS b no. For usage conditIgns Agreement see w .bxwa.com - Alwapw�r�.?y2gc�A. Project Number: 06-- O This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No. : 1 City Project Name: Project Number: Contractor: Original Contract Date: 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. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST, Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required ± for this Change Order -0- Working days Revised Time for Completion Working days Provided F6V%YNWeYe'YS]Cd &V19 g&110gKic. Fbr usage CondiMno Agreement see www.bxwa.com - Always9�r1?y2PJAe Project Number: 06- 008 In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, 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 or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and 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. 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: Timothy J. LaPorte, P.E, Its Its Public Works Director (Title) (Title) DATE: DATE: lill II Provided gbvWjgws%rij� a WWI oC�nc. For usage Condit4lns Agreement see www.bxwa.com - A7ways96Wr1?y2J'JAe Project Number; 0690008 i I DDER'S CHECKL 1 ST 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 ....................1!1"'� Orderof Contents................................................................................ e Invitationto Bid..................................................................................� Contractor Compliance Statement........................................................4T Date........................................................................................... .' Have/have not participated acknowledgment............................� Signature and address ............................................................... Declaration — City of (Cent Equal Employment Opportunity Policy .........0� Date and signature ....................................................................ed Administrative Policy ............................................................................11 Proposal.............................................................................................. Firstline of proposal — filled in .................................................. Unitprices are correct ...............................................................� Subcontractor List (contracts over $1 OOK) ..........................................� Subcontractors listed properly.,..................................................� Signature...................................................................................2T Subcontractor List (contracts over $1 million)......................................t�� Subcontractors listed properly.................................................. . Dateand signature .................................................................... Contractor's Qualification Statement ...................................................0 Complete and notarized ...............................................................0� Proposal Signature Page......................................................................J a' AllAddenda acknowledged .........................................................07 Date, signature and address ..................................................:...0 BidBond Form .....................................................................................1r Signature, sealed and dated .......................................................CJ` Powerof Attorney.................................................................. (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form .................................................................0, Signature .....................................................................................0" ChangeOrder Form..............................................................................� Bidder's Checklist ................................................................................jY 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 COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Provided ✓ VgA'9e 15 `6f4�lRf3��lo(hc. For usage condit2igns Agreement see wm.bxwa.com - Alwaya94fA? Z�c�a31e Project Number: 06- 008 it PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT wcs i,fxaifl. Bond No.WAC 53713 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Hoffman Construction, Inc. as Principal, and Merchants Bonding Company (Mutual) 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 $a37,99s.as----------------- 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 or 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 Riverview Park Channel' Restoration —Grass Field Improvements/Project Number: 06-3008 (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. np� I��� it Provided €�vWyJ:q,&Wl l, LLt � Ie ,c. For usage CondiAns Agreement see www.bxvra,com - A1wAWWrJ?y29JAe Project Number: 08- 08 I TWO WITNESSES, Hoffman Construction, Inc. PRI NC I PAL (enter principal's name above) BY; /�✓ i 'd�� tt( �./ ,`� /+ ��- y I TITLE: VI c c ��rc-5" ee It I � DATE: DATE: DATE: E r(ni, 1 -(Ll)cc CORPORATE SEAL: P( 4e Hciaicdd PRI' T NAME DATE: i Merchants Bonding Company (Mutual) SURETY CORPORATE SEAL; BY: t° 1 ,v, ftf i Darlene JakxlskV DATE: TITLE: Attorney-in-fact ADDRESS: PO Box 3018 Bothell, WA 98041-3018 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Br �ci P �ofn CdYl Who signed the said bond on behalf of the Principal F{cf{rrh �� �51r >cfc P, C• 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. SECREYARY OR A ISTANT SECRETARY Provided %v%it'gVeW"E RIM �o�c. For usage ConditgAns Agreement see www.bxwa.ccm - AlwAwwrliygc�o Project Number: 08'-M ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY j FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Nancy J. OSBORNE, Darlene JAKIELSKI, Julie M. GLOVER and Theresa A. LAMB, all of Bothell,Washington, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver,for, and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,and the execution of such}fonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed mud acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 14th day of August,A.D..2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND i J 4�� e'lnif.: SEAL ��� 'S�3—•— Ins tnr � '�. QQ By. Assistant Secretary Vice President Eric D.Barnes Thomas O.McClellan State of Maryland City of Baltimore On this 14th day of August,A.D.2013,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President,and ERIC D.BARNES,Assistant Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instmirent by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my band and affixed my Official Seal the day and year first above written, cn 1, ♦IY ''Oquin��a` Constance A.Dunn,Notary Public My Comanission Expires:July 14,2015 POA-F 180-2466H CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and 14o-� s cm &tj54reit iovr c. organized under the laws of the State of tih/r�sha'no s va , located and doing business at 21&33 S:' Lfcb4h VLO'. i e c yr 3a. I g W. ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Riverview Park Channel Restoration — Grass Field Improvements/Project Number: 06-3008 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2012 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within twenty (20) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Riverview Park Restoration/Hal lock 25 August 12, 2013 Project Number: 06-3008 S. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns 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 performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of 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 contract 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 liability hereunder 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. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Riverview Park Restoration/Hallock 26 August 12, 2013 Project Number: 06-3008 CITY OF KENT BY: SUZE EC OKE, MAYOR �i ATTEST:',? RONALD F. M'bOR,!�;'CITY CLERK APP VED A!S(TO FO `y KE T LAW D ARtt CONTRACTOR f BY: PRINT NAME: TITLE: Vibe,6 i e�i DATE: � s z) Riverview Park Restoration/Hallock 27 August 12, 2013 Project Number: 06-3008 EXHIBIT A 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 Liabilitv insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 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 $3,000,000 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 it 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, I B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 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 $3,000,000 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. Riverview Park Restoration/Hal lock 28 August 12, 2013 Project Number: 06-3008 EXHIBIT A (continued) 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. 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. Riverview Park Restoration/Hal lock 29 August 12, 2013 Project Number: 06-3008 III EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. i 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. Riverview Park Restoration/Hal lock 30 August 12, 2013 Project Number: 06-3008 Sep 10 13 02:33p Hoffman Construction,Inc 360-802-9797 p.2 HOFFM-2 OP ID: D3 CERTIFICATE OF LIABILITY INSURANCE DAT091 asn10113YYI r13 THIS CERTIFICATE €5 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 INSURERIS), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: Ir the cerdficatD holder is an ADDITIONAL INSURED, the policy(€es)must he 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 endorsements. PRODUCER 425-489.4500 NAME: __ _ Hub International Northwest '"PNonE i FA- P.0,Box 3018 425-4894601 Bothell,WA 98041-3 01 8 Chad Epple INSURER S AFFORDING COVERAGE NAIC q INSURER A:A1110A NOVOtw Ilnumw CO. 38733 INSURED Hoffman Consfructfon Inc INSURER B: PO Box 845 --. Enumclaw,WA 98022 — INscnREx o: INSURER E: II INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. bL SUB _— -�--._,__ ---POLICI'EFF-r FOUCYEBP ___- __..._ LTR TYPE OFINSURANCE POLICY NUMBER MMIOD MMA]D/VTWI� _ LIMBS GENERAL LIABILITY EACH OCCURRENCE : $ 1,000,00 OAp,AGE TO RENTEb"._.........__— A . X WMMERGAL GENERALL ABIL TY X 12FPS08443 06130//3 a8130114 PREDMISES,{Eau ne eZ_.s 100,000 CLAIMS-MADE ��OCCUR _MED,O(P(Any alre person) 3 10,000 X DvmOHDOnt PfaL PERSONALAADVINdURV S 1,000,00 I. — — .._..... -- I X WA STOPGAP GENERALAGGREGATE S 2,000,00 GENTAGGREGATE UNIT APPLIES PER: PRCWCTS-COMPIOP AGG S 2,000,00 POLICY I X I PRO. L_ Lac Emp Ben. c 1,000,00 AU TO M091LE 11ABIDTY COME' B efN�EDUSINGLE LIMIT S 1,000,00 _ I A X .ANY AUTO _ X 2FAS08443 06/30/13 06130114 ROUILY INJURY(Pm pem E III 'ALLOWNE❑ SCHEDULED BOCILY[NJURY(Peramda'AIIS AUTOS AS _—_._____ NON1"ED ' IP!ervpo Y�AMAOE y HIRED AUTOS AUTOS ."{Pafecdtlant _"_ i b ' X UMBRELLALIAe X OCCUR EACH OCCURRENCE S 2,000.00 A _ E=Ess UAB C'a MSMADE X 12FLUDS443 06130113 06=114 AGGREGATE S 21000,00 _ D 10ED X RETENTIONS 10'000 5 WORKERS COMPENSATION WC STATU OTH- IANDEMPLOYE RS'LlBInY , Y ORV LIMIT - A AN PROPRIETOWPARNEREXECUTIVE� /A 12PPSD8443 06f30113 06130f14 E.L.EACHACCIOENr -' S .. _ ,)0_0. _0_0 OFFICERNENBEREXCLUDEDT N (MandetOrylnNH) _WA STOP GAP E.L.DISEASE EA EMPLOYE 5 1,000,00 11 yua,d.s ..nder DESCRIPTION OF OPERATIONSbaIOw E.L.DISEASE PoLICY LIM1IR 5 1,000,000 I OFSCRIPTIONOFOPEMUONS)LOCATIDKSIVERCLES IAUeah ACORD1a1,AdMenal Rem ri rxhadule,Rmm "gelamqulred) ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF RENT. COVERAGE IS PRIVIARY AND NON-CONTRIBUTORY. WAIVER OF SUBROGATION APPLIES. COMPLETED OPERATIONS AND PER PROJECT AGGREGATE APPLY. SEE ATTACHED ENDORSEMENT(5) . RE: RIVERVIEW PARE CERTIFICATE HOLDER CANCELLATION CITYOFK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF KENT ACCORDANCE WITH THE POLICY PROVISIONS, 220 4TH AVENUE SOUTH KENT,WA 98032 AUTHORUEO REPRESENIAATTIVVE may/ I (D1986-2010 ACORD CORPORATION. All rights reserved. ACORD 25(201010S) The ACORD dame and logo are registered marks of ACORD Received Time Sep. 10. 2013 2:45PM No. 0101 Sep 10 13 0233p Hoffman Construction, Inc 360-802-9797 p.3 Alaska National INSURANCE COMPANY ADDITIONAL INSURED (CONTRACTORS) - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION 'i AGREEMENT WITH YOU THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided underthe followlig: COMMERCIAL GENERAL LIABILITY COVERAGE PART i. Who is An Insured (Section 11) is amended to ii, supervisory, inspection., or engineering include as an Insured any person or organization services. (herein referred to as an additional insured), but only if you are required to add that person or c. The Insurance provided to the additional organization es an insured to this policy by a insured, referred to in paragraph 1, of this written contract that is in effect prior to the*bodily endorsement,does not cover"bodily lnjur}'or injury', "property damage", or "personal and "property damage' caused by your negligent advertising injury". acts and omissions in the performance of "your work" that occurs within the "products- 2. The insurance provided to the additional insured completed operations hazard," unless The is limited as follows: wrilten contract, referred to In paragraph 1, of this endorsement, contains a specific a. That person or organization is only an requirement that you procure completed additional insured if, and only to the extent operations coverage or coverage within the that, the injury or damage is caused 6y "products-completed operations hazard" for -legligent acts or omissions of you or your the additional insured. However, even if subcontractor in the performance of "your coverage within the "products-completed work" to which the written contract applies. operations hazard" is required by the written The person or organization does not qualify contract, such coverage is available to the as an additional Insured with respect to injury additional insured only if the 'bodily injury"err or damage caused In whole or in part by "property damage" occurs prior to the end of independent negligent acts or omissions of the 4me period during which you are required such person or organization. by the written contract to provide such coverage or the expiration date of the policy, b. The insurance provided to the additional whichever comes first. insured does not apply to "bodily injury", "pmperiy damage', or "personal and 3. If other valid and collectible insurance,whether on advertlsing injury'arising out of an architect's, a primary, excess, contingent or any other basis, engineer's, or surveyor's rendering of or is available to the additional insured for a loss we failure to render any professional services cover under this endorsement,then the insurance including: provided by this endorsement is excess over!hat other insurance. However,the insurance provided I. the preparing, approving, or fading to by this endorsement will be primary to other prepare, or approve maps, drawings, insurance on which the additional insured is a opinions, reports, surveys,change orders, named insured for the covered less, If the written design or specifications;and contract, referred to in paragraph 1, of this ANIC GL 1081 03 08 All Docs Copy Page i of 2 Received Time Sep, 10. 2013 2: 45PM No. 0101 Sep 10 13 02:34p Hoffman Construction, Inc 360-802-9797 p.4 Alaska National INSURANCE COMPANY endorsement. contains a specific requirement that this insurance be primary or primary and non- contributory. In that case we will not share with that other insurance on a pro-rate or other basis. If the other insurance available to the additional insured,whether on a primary, excess, contingent or any other basis, is coverage for which it has been named as an additional insured, than the coverage provided by this endorsement Is excess over that other insurance. I III This endorsement changes the policy to which it Is attached and, unless otherwise stated, is effective on the date issued at 12:D1 A.M. standard time at your mailing address shown in the policy, The information below Is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 06/30/13 Policy No. 12FPS08443 Insured Hoffman Construction Inc. Endorsement No. 16 Countersigned By ANIC GL 106 03 08 All Docs Copy Page 2 cf 2 Received Time Sep. 10, 2013 2: 45PM N0. 4101 Sep 10 13 02:34p Hoffman Construction, Inc 360-802-9797 p.5 mka Nc-Wonaf INSURANCE COMPANY BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART We waive any right of recovery we may have against The waiver applies only to the person or organization any person or organization as required in a written required by the written contract and then only if the contract because of payments we make for injury or contract requires you to obtain this agreement from damage arising out of "your work" done under the us. written contract. I This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown In the policy. The information below Is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 0&30113 Policy No. 12FPS08443 Insured Hoffman Constmction Inc. Endorsement No. 2 Countersigned By ANIC GL 702 0412 Received Time Sep. 10. 2013 2:45PM No. 0101 Sep 10 13 02:34p Hoffman Construction, Inc 360-802-9797 p.6 I Palicy: 12FPS08413 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): VARIOUS PROJECTS. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. For all sums which the insured becomes legally 3, Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I— Coverage A,and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under structinn Project General Aggregate Limit for Section 1 —Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- t. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project Ignated construction project, and that limit is shown in the Schedule above. equal to the amountof the General Aggregate 4, The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- Genera! Aggregate Limit shown in the Deda- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" Included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit, cal 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". CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ Received Time Sep, 10, 2013 2: 45PM iiNo, 0101 Sep 10 13 02:34p Hoffman Construction, Inc 360-802-9797 p.7 B. For all sums which the insured becomes legally c. When coverage for liability arising out of the obligated to pay as damages caused by "occur- "products-completed operations hazard" is pro- rences" under Section 1—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be attrib- the "products-completed operations hazard' will uted only to ongoing operations at a single des- reduce the Products-completed Operations Ag- ignated construction project shown in the Schad- gregate Limit, and not reduce the General Ag- ule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit, whichever is applicable; and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- stOl be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. I Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 ❑ Received Time Sep. 10. 2013 2: 45PM No. 0101 Sep 10 13 02:35p Hoffman Construction, Inc 360-802-9797 p.8 AlaskaAbHonal INSURANCE COMPANY BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Various provisions in this endorsement restrict SECTION IV — Business Auto Conditions, coverage. Read the entire policy carefully to Paragraph A. 5. — Transfer of Rights of Recovery determine rights, dudes, and what is and is not Against Others To Us is amended to include: covered. 5. Transfer of Rights of Recovery Against Throughout this policy, the words "you' and "your" Others to Us refer to the Named Insured shown in the Declarations. The words "we", "us", and "our" refer to This condition does not apply to any the company providing this insurance. person(s) or organization(s) to the extent that subrogation against that person or Other words and phrases that appear in quotation organization is waived prior to the "accideril" marks have special meaning. Refer to SECTION V— or the "loss" under a contract with that person DEFINITIONS in the Business Auto Coverage Form. or organization. The coverages provided by this endorsement apply SECTION It — LIABILITY COVERAGE, Paragraph per "accident" and, unless otherwise specified, are A.2.a. (2)—Supplementary Payments is replaced by subject to all of the terms, conditions, exclusions and the following: deductible provisions of the policy, to which it is attached. (2) Up to $10,000 for cost of bail bonds (including bonds for related traffic law SECTION It — LIABILITY COVERAGE, Paragraph violations) required because of an A.1. Who Is An Insured is amended to include: accident" we cover. We do not have to furnish these bonds, d. Any "employee" of yours while operating an "auto' hired or rented under a SECTION it — LIABILITY COVERAGE, Paragraph contract or agreement in that A.2.a. (4)—Supplementary Payments is replaced by "employee's° name, with your permission, the following: while performing duties related to the conduct of your business. (4) All reasonable expenses incurred by the "insured"at our request, including e. Any person or organization for whom you actual loss of earnings up to $500 a have agreed in writing to provide day because of time off from work. insurance such as is afforded by this Coverage Form, but only with respect to liability arising out of the ownership, maintenance or use of"autos"covered by this policy. If such person or organization has other insurance then this insurance is primary to and we will not seek contribution from the other insurance_ ANIC CA 1160 02 13 Page 1 of 4 Received Time Sep, 10. 2013 2: 45PM klo. 0101 Sep 10 13 02:35p Hoffman Construction, Inc 360-802-9797 p,9 An Imka NgWcoal INSURANCE COMPANY SECTION II - LIABILITY COVERAGE, Paragraph c. "Loss' caused by failing objects or A.2.c. - Voluntary Property Damage is added as missiles. follows: However, you have the option of having glass c. Voluntary Property Damage breakage caused by a covered "auto's" collision or overturn considered a"loss" under At your written request, we may make a Collision Coverage. voluntary payment for Property Damage caused by an "insured", but without Glass Repair-Waiver of Deductible liability to a third party, up to$26,000, We will not make a Voluntary Property No deductible applies to glass breakage, If Damage payment to anyone who is an the glass is repaired rather than replaced. "insured" under this policy. SECTION 111 - PHYSICAL DAMAGE COVERAGE, SECTION III - PHYSICAL DAMAGE COVERAGE, Paragraph AA.a. - Transportation Expenses is Paragraph A.2.-Towing is replaced by the following: replaced by the following: Towing a. Transportation Expenses We will pay up to $500 for towing and labor We will pay up to $200 per day to a costs incurred each time a covered "auto" maximum of $1,500 for temporary that is a: transportation expense incurred by you because of the total theft of a covered a. Private passenger; "auto'that is a: b. Truck; (1) Private passenger; c. Pick-up truck; (2) Truck; d. Panel ; or (3) Pick-up truck; e. Van (4) Panel; or type vehicle under 20.000 Ibs, of Gross (6) Van Vehicle Weight is disabled. However, the labor must be performed at place of type vehicle under 20,000 Ibs. of Gross disablement. Vehicle Weight We will pay only for those covered"autos"for which you carry SECTION III - PHYSICAL DAMAGE COVERAGE, either Comprehensive or Specified Paragraph A.3. - Glass Breakage - Hitting a Bird Objects or Missiles is replaced Causes of Loss Coverage. We will pay or Animal - Failing 1 P for temporary transportation expenses bythefoltowing: incurred during the period beginning 48 hours after the theft and ending, Glass Breakage-Hitting a Bird or Animal Objects or Missiles when the of the policy's expiration, -Failing ) when the covered "auto' is returned to If you carry Comprehensive Coverage for the use or we pay for its "less'. damaged covered "auto", we will pay the following under Comprehensive Coverage: a. Glass Breakage; b. `Loss" caused by hitting a bird or animal; and ANIC CA 1150 02 13 Page 2 of 4 Received Time Sep. 10, 2013 2:45PM No, 0101 Sep 10 13 02:36p Hoffman Construction, Inc 360-802-9797 p.10 Alaska M-Aional INSURANCE COMPANY SECTION III — PHYSICAL DAMAGE COVERAGE, (2) Specified Causes of Loss only if the Paragraph A.4.b. — Loss of Use Expenses is Declarations indicate that Specified replaced by the following: Causes of Loss Coverage is provided for the "auto" withdrawn from service; b. Loss of Use Expenses—Hired, Rented, or or Borrowed Automobiles (3) Collision only if the Declarations indicate that Collision Coverage is We will pay expenses for which an provided for the `auto" withdrawn "insured" becomes legally responsible to from service. pay for loss of use of a vehicle hired, rented or borrowed without a driver under SECTION III — PHYSICAL DAMAGE COVERAGE, a written rental contract or agreement. Paragraph AAA. — Airbag Coverage is added as We will pay for loss of use expenses, if follows: caused by: d. Airbag Coverage (1) Other than Collision, only if the Declarations indicate that We will pay for the cost to repair, replace, Comprehensive Coverage is provided or reset an airbag that inflates for any for the vehicle withdrawn from reason other than as a result of a service. collision, if the Declarations indicate that the covered "auto" has Comprehensive (2) Specified Causes of Loss only if the Coverage or Specified Causes of Loss Declarations indicate that Specified Coverage. Causes of Loss Coverage is provided for the vehicle withdrawn from SECTION III — PHYSICAL DAMAGE COVERAGE, service. Paragraph A.4.e. — Rental Reimbursement Coverage is added as follows: (3) Collision only if the Declarations indicate that Collision Coverage is e. Rental Reimbursement Coverage provided for the vehicle withdrawn from service. We will pay up to $75 per day for rental reimbursement expenses incurred by you However, the most we will pay for any for the rental of an "auto" because of expenses for loss of use is$200 per day, to a "loss'to a covered "auto"that is a: maximum of$1.500. (1) Private Passenger; SECTION III — PHYSICAL DAMAGE COVERAGE, Paragraph A.4.c. —Non-Transportation Loss of Use (2) Truck; Expenses Is added as follows: (3) Pick-up truck; c. Non-Transportation Loss of Use Expenses (4) Panel; or We will pay up to $2,000 for non- (6) Van transportation expense incurred by you, because of 'loss' to a covered "auto", if type vehicle under 20,000 lbs. of Gross caused by: Vehicle Weight. Payment applies in addition to the otherwise applicable (1) Other than Collision, only if the amount of each coverage you have on a Declarations indicate that covered "auto'. No deductibles apply to Comprehensive Coverage is provided this coverage. for the"auto"wthdrawn from service; ANIC CA 1150 02 13 Page 3 of 4 Received Time Sep. 10, 2013 2:45PM No. 0101 Sep 10 13 02:36p Hoffman Construction, Inc 360-802-9797 p.11 85,ENc-didnal INSURANCE COMPANY (1) We will pay only for those expenses SECTION IV — BUSINESS AUTO CONDITIONS — incurred during the policy period Paragraph B.S.b, — Other Insurance is replaced by beginning 24 hours after the "loss' the following: and ending, regardless of the policy's expiration, with the lesser of the b. For Hired Auto Physical Damage following number of days: Coverage, the following are deemed to be covered"autos" you own: (a) The number of days reasonably required to repair or replace the (1) Any covered "auto" you lease, hire, covered "auto". rent, or borrow; and (b) 30 days. (2) Any covered "auto" hired or rented by your 'employee" under a contract (2) This coverage does not apply while in that individual `employee's" name, there are spare or reserve "autos" with your permission, while available to you for your operations. performing duties related to the conduct of your business. (3) The Rental Reimbursement Coverage described above does not However, any"auto" that is leased, hired, apply to a covered 'auto" that is rented or borrowed with a driver Is not a described or designated as a covered covered "auto". _ "auto" on Rental Reimbursement Coverage Form CA 99 23. SECTION V — DEFINITIONS — Paragraph C. — SECTION IV — BUSINESS AUTO CONDITIONS — "Bodily injury" is replaced by the following: Paragraph B.2. —Concealment, Misrepresentation Or Fraud is amended by adding Unintentional Failure C. "Bodily injury" means bodily injury, sickness or to Disclose Hazards at the end of Paragraph B.2. as disease sustained by a person Including death or follows: mental anguish resulting from any of these. Mental anguish means any type of mental or Unintentional Failure to Disclose Hazards emotional illness or disease If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective 06J30J13 Policy No. 12FAS09443 Insured Hoffman Construction,Inc. Endorsement No. 2 Countersigned By ©Insurance Services Office, Inc., 2009 ANIC CA 1150 02 13 Page 4 of 4 Received Time Sep. 10, 2013 2:45PM No. 0101 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms.........................................................1-1 1-02 Bid Procedures and Conditions.............................................1-2 1-03 Award and Execution of Contract.......................................... 1-5 1-04 Scope of the Work ............................................................. 1-6 1-05 Control of Work .................................................................1-8 1-06 Control of Material ........................................................... 1-13 1-07 Legal Relations and Responsibilities to the Public.................. 1-15 1-08 Prosecution and Progress .................................................. 1-20 1-09 Measurement and Payment ............................................... 1-24 1-10 Temporary Traffic Control ................................................. 1-26 DIVISION 2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 8-02 Roadside Restoration..........................................................8-7 DIVISION 9 MATERIALS...............................................................9-1 9-14 Erosion Control and Roadside Planting ..................................9-1 CONSTRUCTION PLANS ................................................................... A-1 KENT STANDARD PLANS .................................................................. A-2 PREVAILING WAGE RATES............................................................... A-3 II Riverview Park Restoration/Hallock August 12, 2013 Project Number: 06-3008 KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions, SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet i SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: Riverview Park Restoration/Hallock 1 - 1 August 12, 2013 Project Number; 06-3008 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 RID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any 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 sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). Riverview Park Restoration/Hal lock 1 - 2 August 12, 2013 Project Number: 06-3008 SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Riverview Park Restoration/Hal lock 1 - 3 August 12, 2013 Project Number: 06-3008 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLYAPPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-02.10 Withdrawing, Revising, or Supplementing Proposal i After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM i(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Riverview Park Restoration/Hallock 1 - 4 August 12, 2013 Project Number: 06-3008 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids 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. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract 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 and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the j City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 30-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. Riverview Park Restoration/Hallock 1 - 5 August 12, 2013 Project Number: 06-3005 No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH; 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-03.7 Judicial Review 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 King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If 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 materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S ITEMS; 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans Riverview Park Restoration/Ha l lock 1 - 6 August 12, 2013 Project Number: 06-3008 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties The City has not identified a staging and storage area outside of the project limits. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. Riverview Park Restoration/H al lock 1 - 7 August 12, 2013 Project Number: 06-3008 It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose to use a staging and storage site outside the project limits, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving, 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, Riverview Park Restoration/Hal lock 1 - 8 August 12, 2013 Project Number: 06-3008 have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. Riverview Park Restoration/Ha l lock 1 - 9 August 12, 2013 Project Number: 06-3008 The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Riverview Park Restoration/Hallock 1 - 10 August 12, 2013 Project Number: 06-3008 Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. Riverview Park Restoration/Ha l lock 1 - 11 August 12, 2013 Project Number: 06-3008 i If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-OS.14 IS SUPPLEMENTED SYADDING THE FOLLOWING. i 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: Riverview Park Channel Ecosystem Restoration Project The Contractor shall coordinate with the US Army Corps of Engineers' contractor in scheduling their work activities. The Corps' contractor is finishing punch-list items from an earlier project at Riverview Park. Hawley Road Levee improvements Phase 2 .The Contractor shall coordinate with the City's contractor at Hawley Road Levee Improvements Phase 2 for access to and from Riverview Park as levee work on and near Hawley Road will affect the only means of access to the park. Contractor should expect delays passing through the Hawley Road project. No additional compensation or time extension will be granted to the contractor for delays associated with access through the Hawley Road project. SECTION 1-05IS SUPPLEMENTED OYADDING THE FOLLOWING NEW SECTIONS: I 1-05.16 Water and Power i i The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently q y put in writing and signed by an authorized agent of the City. i Riverview Park Restoration/Haflock 1 - 12 August 12, 2013 Project Number: 06-3008 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS; 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of five days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. Riverview Park Restoration/Hallock 1 - 13 August 12, 2013 Project Number: 06-3008 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. Riverview Park Restoration/Hal lock 1 - 14 August 12, 2013 Project Number: 06-3008 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. Riverview Park Restoration/Hal lock 1 - 15 August 12, 2013 Project Number: 06-3008 SECTION 1-07.2 ZS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of Riverview Park Restoration/Hal lock 1 - 16 August 12, 2013 Project Number: 06-3008 it II tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-07.6 Permits and Licenses The City has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. I I Riverview Park Restoration/Hal lock 1 - 17 August 12, 2013 Project Number: 06-3008 I SECTION 1-OZ1.3(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19,122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to. maintain marks or to locate utilities in accordance with this section. Riverview Park Restoration/H al lock 1 - 18 August 12, 2013 Project Number: 06-3008 i 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Enerav Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.23(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic The proximity of this project to the Green River, which is a treaty protected fishery resource, requires that access to the river be available 24 hours a day, seven days a week. This unrestricted access will be required of the Contractor while under contract with the City for this project. Tribal members fish in this section of the Green River at or near the site, so trail and parking access shall also remain unencumbered during the life of the project so that setting and retrieving nets and hauling fish is not affected. Riverview Park Restoration/Hallock 1 - 19 August 12, 2013 Project Number: 06-3008 SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to j act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION; 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. Riverview Park Restoration/Hallock 1 - 20 August 12, 2013 Project Number: 06-3008 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed j and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to Riverview Park Restoration/Ha[lock 1 - 21 August 12, 2013 Ili Project Number: 06-3008 i i allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-06.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. i Riverview Park Restoration/Hallock 1 - 22 August 12, 2013 Project Number: 06-3008 SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Riverview Park Restoration/Hallock 1 - 23 August 12, 2013 Project Number: 06-3008 Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers, 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: I 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification, 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. I i Riverview Park Restoration/Hal lock 1 - 24 August 12, 2013 Project Number: 06-3008 SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. Riverview Park Restoration/Ha l lock 1 - 25 August 12, 2013 Project Number: 06-3008 SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(l) IS SUPPLEMENTED BY ADDING THE FOLLOWING., 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 Riverview Park Restoration/Hal lock 1 - 26 August 12, 2013 Project Number: 06-3008 1-10.3(3) Traffic Control Devices SECTION 1-10,3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: I 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor' and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full j pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis, Riverview Park Restoration/Hal lock 1 - 27 August 12, 2013 Project Number: 06-3008 The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. i I Riverview Park Restoration/Hallock 1 - 28 August 12, 2013 Project Number: 06-3008 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(14)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. li i Riverview Park Restoration/Hallock 2 - 1 August 12, 2013 Project Number: 06-3008 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01.3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 Tackifier ...............................8-01.3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. i Riverview Park Restoration/Hal lock 8 - 1 August 12, 2013 Project Number: 06-3008 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited Riverview Park Restoration/Hal lock 8 - 2 August 12, 2013 Project Number: 06-3008 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING. 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. i i Riverview Park Restoration/Hallock 8 - 3 August 12, 2013 j Project Number: 06-3008 Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix B shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed to achieve a healthy, uniform strand of grass. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Riverview Park Restoration/Hallock 8 - 4 August 12, 2013 Project Number: 06-3008 Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01.3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. I SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. Riverview Park Restoration/Ha l lock 8 - 5 August 12, 2013 Project Number: 06-3008 SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, trails, curbs and pavement from damage. Do not place any material directly on paved or gravel surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square inch. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no bare spots greater than one square inch. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. Riverview Park Restoration/Hal lock 8 - 6 August 12, 2013 Project Number: 06-3008 SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01,S IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description li Drawings and Specifications: Riverview Park Restoration/Hallock 8 - 7 August 12, 2013 I Project Number: 06-3008 Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1(1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14.4(2) Special Planting Mixture............................. 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. Riverview Park Restoration/Hallock 8 - 8 August 12, 2013 � Project Number: 06-3008 SECTION 8-02.3(5) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation Soil Preparation and Planting Notes 1. Spread 3" of 100% compost uniformly over entire area; 2. Mix (rip) compost into native soil to a depth of 12" at least twice in perpendicular directions, so that compost is well incorporated; 3. Rototill compost/native soil mixture until a uniform grain size and soil texture is achieved; 4. Water or roll to compact to 8S% maximum compction; S. Hydroseed entire site taking care not to damage native plants or cover stems and leaves or trail with excess hydroseed slurry. Refer to Section 8-02.3(4) of the Standard Specifications. THE SECOND PARAGRAPH OF SECTION 8-02.3(16)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(16)B Lawn Establishment The lawn establishment period shall begin immediately after the lawn planting has been accepted by the Engineer and shall extend for one yea r. The mowing shall be done in accordance with Section 8-02.3(16)C. ITEM 1 OF SECTION 8-02.3(16)C IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(16)C Lawn 'Mowing 1. Mowing shall occur once per month during the growing season between March and October for one year after lawn acceptance. SECTION 8-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. Riverview Park Restoration/Hal lock 8 - 9 August 12, 2013 Project Number: 06-3008 SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Compost, Including Site Preparation" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply spread mix (rip), rototill and compact the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. i it II Riverview Park Restoration/H al lock 8 - 10 August 12, 2013 Project Number: 06-3008 i DIVISION 9 - MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING secrroN 9 ia.i(i) IS DELETED AND REPLACED WITH THE FOLLOWING. 9-14.1(1) Compost Compost products shall contain composted plant material derived from the aerobic decomposition of recycled plant waste. The composted plant waste shall have a moisture content that has no visible free water or dust produced when handling the material. Compost shall be stable, mature, decomposed organic solid waste that is the result of the accelerated, aerobic biodegradation and stabilization under controlled conditions. The result is a uniform dark, soil-like appearance. Compost maturity or stability is the point at which the aerobic biodegradation of the compost has slowed and oxygen consumption and carbon dioxide generation has dropped. Subsequent testing shall provide consistent results. Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. Compost production and quality shall comply with the Interim Guidelines for Compost Quality, #94-38 or superseding editions, and amendments, published by the Washington State Department of Ecology. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with AASHTO Test Method T87 and T88. 100% of Type 1 Compost (as defined in WAC 173-350) shall pass through a 5/8" sieve. 90% of Type 2 Compost (as defined in WAC 173-350) shall be larger than 3/8 inch and smaller than 1 inch. 2. The pH range shall be between 5.5 and 8.5 when tested in accordance with WSDOT Test Method 417. 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1 percent on a dry weight or volume basis, whichever provides for the least amount of foreign material. 4. Minimum organic matter shall be 40 percent dry weight basis as determined by loss on ignition. (LOI test) 5. Soluble salt contents shall be less than 6.0 mmhos/cm for areas that receive more than 20 inches of precipitation per year. 6. Type 1 Compost shall score a number 6 or above on the Solvita Compost Maturity Test. Type 2 Compost shall score a 5 or above on the Solvita Compost Maturity Test. All compost products will be tested within 30 calendar days prior to application by the Contracting Agency with samples taken from the material stockpiled by the supplier for project use. Compost not conforming to the above requirements or taken from a source other Riverview Park Restoration/Hal lock 9 - 1 August 12, 2013 '.. Project Number: 06-3008 than those tested shall be immediately removed from the project and replaced at no cost to the Contracting Agency. Acceptance of composted products shall be based on the following submittals by the Contractor: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-304 (Minimum Functional Standards for Solid Waste Handling). 3. Written verification from the supplier that the material complies with the processes, testing, and standards specified in the Interim Guidelines for Compost Quality. 4. Written verification from the supplier that the compost products originate a minimum of 65 percent by volume from recycled plant waste. A maximum of 35 percent by volume of other approved organic waste and/or biosolids may be substituted for recycled plant waste. 5. A copy of the lab analyses described under Testing Parameters in the Guidelines for Compost Quality. The analyses shall be less than three months old. 6. A list of the feedstock by percentage present in the final compost product. 7. A one-gallon sample to the Engineer for approval prior to installation. SECTION 9-14.2 IS SUPPLEMENTED BYADDING THE FOLLOWING; 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix"B" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. i Riverview Park Restoration/Ha l lock 9 - 2 August 12, 2013 Project Number: 06-3008 The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for seeded areas: Country Green Starter Fertilizer or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. Riverview Park Restoration/Ha[lock 9 - 3 August 12, 2013 Project Number: 06-3008 CONSTRUCTION PLANS I Riverview Park Restoration/Hallock A - 1 August 12, 2013 Project Number: 06-3008 I C ❑ �_D Ur __ DUE a MEEKER ST g ��� - C❑❑❑❑❑❑D ❑❑❑ LiLL11 ❑ -SRS96- ---��❑❑ 0 PROJECT AREA , G S 2S9TIi ST -� Lu h � i iI APPENDIX 1: PROJECT VICINITY MAP Cfry OF KENT ENOINEEWNO OEPAgYMEM {OO W. OOWE KT KEW. WA. ee032 Y::dT R uVERVIE'W PAINT CHAIN NFL RESTORATION - GRASS FIELD IMPROVEMENTS G:\Envirwnentol\G6—SOBB ftivaMew Park\dng\Spec EKAlbila\NCINITY MAP.dwg, B�B�2013 9;BB AIA W W W W W y W W W W COMPOST INCLUDING SITE W y W W W W y PREPARATION W y W W W W W y AND HYDROSEED W W W W W W W W y y W W W W W W SILT y W FENCE y y y y W W W W t } W y . y y W y W W W y y W y W W J y W W W W W W W W W W ttt ti f( Ff MXISTEMG 311IL: DO NOT DISTURB y y W W �� GRAVEL, TRAIL W y W y W W y y Y I JIL t} 1 W W W W W W y y W W �111 IV1 < W y W W W W y W y y I F3EG61 (zP COMPOST W W INCLUDING SITE PREPARATION / y AND WYDROSEED I G`PV I�ti I FLV t'.l C_1 �� .1 111 YI W y W W W y W y W W O'N`` f�i {' � b f�'.fill l •.. 11 1 I bRAIL y 1 Iry � 1 if :,- IF�YQ: SOIL PREPARATION AND SEEDING NOTES `� �'� y„ " , I� u I , v •I Y y W 1. SPREAD 3" COMPOST OVER ENTIRE AREA. ti, W y W W y y W 2. MIX (RIP) COMPOST INTO NATIVE SOIL TO 12" y W y \ DEPTH AT LEAST TWICE, IN PERPENDICULAR l �_ DIRECTIONS. 3. ROTOTILL UNTIL UNIFORM GRAIN SIZE AND TEXTURE ACHIEVED, i 4. WATER OR ROLL TO 85% MAXIMUM CON, I'dy €914°I : COMPACTION. 5. HYDROSEED ENTIRE AREA, AS NOTED ON MAP I I APPENDIX 1: COMPOST INCLUDING SITE PREPARATION AND HYDROSEEID AREA C" OF KENi ENOINEEOINQ DEPAMIENT 40D W. QOYIE ST NEHT, \9A. ODD32 KEN L' RIVERVIEW PARE{ CHANNEL RESTORATION - GRASS FIELD IMPROVEMENTS AUUDST, 2013 scptE, t^ m tam'' I I G:\Envtrcmantol\06-3D06 RWarview Pork\dwg\Spec Exhlblla\AMENPEO TOPSOIL AND HMO= ARFA,dog, 6/9/2013 4;34 PM KET STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling Riverview Park Restoration/Hal lock A - 2 August 12, 2013 Project Number: 06-3008 WIRE FABRIC NEWLY GRADED OR DISTURBED SIDE SLOPE 2' 2' FILTER FABRIC z FLOW MATERIAL � 0 M I( —LARGE ROCK 2"OR / GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR WASHED GRAVEL � I i Bn I I N u L SECTION A-A FILTER FABRIC MATERIAL 2"x2"x14 GAUGE WELDED WIRE FABRIC OR - MIRAFI 10OX OR EQUIVALENT A WIRE RINGS EQUAL(IF 180#EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) rl JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS, I I STEEL OR I � A u 2 X I WOOD POSTS, LJ S'D.C. LJ INSTALLATION NOTES; ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED.THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER, 2. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH NOTE; THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT RAINFALL AND AT LEAST DAILY QSEpr, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DURING PROLONGED RAINFALL,ANY �Z ,� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT REQUIRED REPAIRS SHALL BE MADE of WASH�N ,p THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IMMEDIATELY, �.� O �P o O CITY OF KENT h 7- -3 ENGINEERING DEPARTMENT . 3. REMOVE SEDIMENT WHEN IT REACHES H - y ' 1/3 FENCE HEIGHT, N 6 �7 • 4CEN I FILTER FABRIC FENCE -O� 21493 4. INSTALL THE SILT FENCE FIRST. AFTER THE SILT FENCE HAS BEEN F G�� DESIGNED D H SCALE_ NONE srnNouto PLAN N �C1 DRA{4N BB INSTALLED,CONSTRUCT BERM AND AL NECKED___ DATE _ TRENCH, omwm� 5-31 APPROVED_.. ' FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE - SECTION 2.3.E 24' AX HEIGHT BURY INTO EX HEETNGGSOIL / I0 MaY.SPACING MINIMUM 4"X4" ENCH TIRES,SANDBAGS,OR EQUILVALEN7 8 EENPL4S17CSI1FfTS MAY BE USED TO WEIGHT PLASTIC MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL. MINIMUM 4"X4"TRENCH II GENERAL NOTES: 1, PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5. I 2, MAXIMUM PERMITTED SLOPE SHALL BE 2H:1V, 3.SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED. 4,TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. '. I I F PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OS'Li P NIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S aj ND APPROVED FOR PUBLICATION IS KEPT ON FILE AT wASH �q, KENT. A COPY MAY BE OBTAINED UPON REQUEST. FOCITY OF KENT 0 -Z ENGINEERING DEPARTMENT N �O T TEMPORARY STOCKPILING A R 21493 FGISTER�' ONAL (^G�\ DRAWNED TJH SWE NONE STANDARD PLAN G\` CHECKED DATE 5m35 ArRRovEo I PREVAILING WAGE RATES i I i i I i I Riverview Park Restoration/Hal lock A - 3 August 12, 2013 Project Number: 06-3008 r ayc 1 v ii 'i 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: 08/27/2013 County Trade Job Classification Wage Holiday Overtime Note' King Asbestos Abatement Workers Journey Level $40.83 5D 1 H King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $42.21 5A 1M "King Brick Mason Journey Level $49.07 5A 1M King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M King Building Service ErnploVees Janitor $19.98 5S 2F King Building Service Employees Traveling Waxer/Shampooer $20.39 5S 2F King Building Service Employ Window Cleaner (Non-Scaffold) $23.66 5S 2F King Building Service Employees Window Cleaner (Scaffold) $24.52 5S 2F King Cabinet Makers fin Shop) Journey Level $22.74 1 ,King Carpenters Acoustical Worker $49.57 5D 1M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter $49.57 5D 1M King Carpenters Carpenters on Stationary Tools $49.70 5D 1M King Carpenters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1M King Carpenters Floor Layer $49.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M King Divers & Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1M King Divers & Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1 B Tender King Dredge Workers Assistant Engineer $51.07 5D 3G King Dredge Workers Assistant Mate(deckhand) $50.56 5D 3G r aVJ L VI 1/ King Dredge Workers Boatmen $51.07 5D 3G King Dred e Workers Engineer Welder $51.12 5D 3G King Dredge Workers Leverman, Hydraulic $52.691 5D 3G King Dredge Workers Maintenance $50.81 51) 3G King Dredge Workers Mates $51.07 5D 3G King Dredge Workers Oiler $50.691 5D 3G King Drywall Applicator Journey Level $49.741 5D 1 H King Drywall Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $64.24 7C 2W King Electricians - Inside Cable Splicer (tunnel) $69.07 7C 2W King Electricians - Inside Certified Welder $62.04 7C 2W King Electricians_- Inside Certified Welder (tunnel) $66.65 7C 2W King Electricians - Inside Construction Stock Person $34.191 7C 2W King Electricians - Inside Journey Level $59.85 7C 2W King Electricians - Inside Journey Level (tunnel) $64.24 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $64.95 5A 4A Construction King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians - Powerline Groundperson $42.16 5A 4A Construction King Electricians - Powerline Head Groundperson $44.50 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction King Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction King Electricians - Powerline Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $77.70 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14.60 5B 2K Products Work Only King Fence Erectors Fence Erector $15.18 1 King Etagyers Journey Level $34.61 7A 2Y King Glaziers Journey Level $52.76 7L 1Y Journeyman 56.93 5J is Kin Heat Et Insulators And $ — — g Y Asbestos Workers King Heating Equipment Mechanics Journey Level $68.52 7F 1 E King Hod Carriers It Mason Tenders Journey Level $42.11 7A 2Y King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.32 5B 1K King Inland Boatmen Cook $48.89 5B 1K King Inland Boatmen Deckhand --$48.961 5B 1K King Inland Boatmen Deckhand Engineer $49.95 5B 1K King Inland Boatmen Launch Operator $51.16 5B 1K King Inland Boatmen Mate $51.16 5B 1K King nspection/Cleanine/Sealing 0f Cleaner Operator, Foamer $31.49 1 Sewer £t Water Systems By Operator Remote Control King hispection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/CleaninglSealing Of Tv Truck Operator $20.45 1 Sewer Ft Water Systems By Remote Control King Insulation Applicators Journey Level $49.57 5D r2Y King Ironworkers Journeyman $59.02 7N King Laborers Air, Gas Or Electric Vibrating $40.83 7A Screed King Laborers Airtrac Drill Operator $42.11 7AKing Laborers Ballast Regular Machine $40.83 7A King Laborers Batch Weighman $34.611 7A 2Y King Laborers Brick Pavers $40.831 7A 2Y King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40.83 7A 2Y King Laborers Burner $40.83 7A 2Y King Laborers Caisson Worker $42.11 7A 2Y King Laborers Carpenter Tender $40.83 7A 2Y King Laborers Caulker $40.83 7A 2Y King Laborers Cement Dumper-paving $41.59 7A 2Y King Laborers Cement Finisher Tender $40.83 7A 2Y King Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs. And $41.59 7A 2Y Over) rayc -r v a-i �I 'King Laborers Choker Setter $40,831 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y King Laborers Clary Power Spreader $41.59 7A 2Y King Laborers Ctean-up Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 7A 2Y Operator King Laborers Concrete Form Stripper $40.83 7A 2Y King Laborers Concrete Placement Crew $41.591 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King Laborers Crusher Feeder $34.61 7A 2Y King Laborers Curing Laborer $40.83 7A 2Y King Laborers Demolition: Wrecking & Moving $40.83 7A 2Y (inct. Charred Material) King Laborers Ditch Digger $40.831 7A 2Y King Laborers Diver $42.111 7A 2Y King Laborers Drill Operator $41.59 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $40.83 7A 2Y King Laborers Dump Person $40.831 7A 2Y King Laborers Epoxy Technician $40.831 7A 2Y King Laborers Erosion Control Worker $40.831 7A 2Y King Laborers Falter Et Bucker Chain Saw $41.591 7A 2Y King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40.83 7A 2Y King Laborers Gabian Basket Builders $40.83 7A 2Y King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker Et Transit $42.11 7A 2Y Person King Laborers Grinders $40.83 7A 2Y King Laborers Grout Machine Tender $40.83 7A 2Y King Laborers Groutmen (pressure)inctuding $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y King Laborers Hazardous Waste Worker (level $42.11 7A 2Y A) King Laborers Hazardous Waste Worker (level $41.59 7A 2Y B) King Laborers Hazardous Waste Worker (level $40.83 7A 2Y C) King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y King Laborers Laserbeam Operator $41.59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y King Laborers Manhole Builder-mudman $41.59 7A 2Y r GyG J VI 1/ King Laborers Material Yard Person $40.83 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzleman (concrete Pump, $41.59 7A 2Y Green Cutter When Using ' Combination Of High Pressure Air & Water On Concrete @ Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker V$41.5917A 2Y King Laborers Pilot Car 7A 2Y King Laborers Pipe Layer Lead 7A 2Y King Laborers Pipe Layer/tailor 7A 2Y King Laborers Pipe Pot Tender 7A 2Y King Laborers Pipe Reliner 7A 2Y King Laborers Pipe Wrapper 7A 2Y King Laborers Pot Tender $40.83 7A 2Y King Laborers Powderman $42.11 7A 2Y King Laborers Powderman's Helper $40.831 7A 2Y King Laborers Power Jacks $41.59 7A 2Y King Laborers Railroad Spike Puller - Power $41.59 7A 2Y King Laborers Raker - Asphalt $42.11 7A 2Y King Laborers Re-tim Berman $42.11 7A 2Y King Laborers Remote Equipment Operator $41.59 7A 2Y King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41,59 7A 2Y King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20") $41.59 7A 2Y King Laborers SloperSprayer $40.83 7A 2Y King Laborers Spreader (concrete) $41.59 7A 2Y King Laborers Stake Hopper $40.83 7A 2Y King Laborers Stock Piler $40.831 7A 2Y King Laborers Tamper B: Similar Electric, Air $41.59 7A 2Y 8 Gas Operated Tools King Laborers Tamper (multiple £t Self- $41.59 7A 2Y propelled) qKingLaborers aborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) aborers Toolroom Person (at Jobsite) $40.83 7A 2Y ' Topper $40.83 7A 2Y aborers Track Laborer $40.83 7A 2Y aborers Track Liner (power) $41.59 7A 2Y King Laborers Traffic Control Laborer $37.01 7A 2Y 8R King ILaborers Traffic Control Supervisor $37.01 7A 2Y 8R r uyc v �i ii King Laborers Truck Spotter $40.83 7A 2Y King Laborers Tugger Operator $41.59 7A 2Y King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y 8D Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $60.92 7A 2Y 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y 8�C Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 8g Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $77.52 7A 2Y »� Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $79.42 7A 2Y Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $81.42 7A I Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1 H 8H Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y 8� Tender King Laborers Tunnel Work-Miner $42.211 7A 2Y 8D King Laborers Vibrator $41.591 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y King Laborers Watchman $31.46 7A 2Y King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer $41.59 7A 2Y King Laborers Window Washer/cleaner $31.46 7A 2Y King Laborers - Underground Sewer General Laborer &Topman $40.83 7A 2Y & Water King Laborers - Underground Sewer Pipe Layer $41.59 7A 2Y Ft Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $49.74 5D 1H King Marble Setters Journey Level $49.071 5A 1M King Metal Fabrication (In Shops Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) IPainter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $50.67 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 I ayc i vi i i King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $36.53 6Z 2B King Pile Driver Journey Level $49.82 5D 1M King Plasterers Journey Level $48.23 7C, 1 R King Playaround Fx Park Equipment Journey Level $9.19 1 Installers King Plumbers Et Pipefitters Journey Level $71.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $51,89 7A 3C 8P King Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $51,40 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $51.40 7A 3C 8P ` Concrete King Power Equipment Operators Bobcat $48.621 7A 3C 8P King Power Equipment 0 erp ators Brokk - Remote Demolition $48.62 7A 3C 8P Equipment King Power Equipment Operators Brooms $48.62 7A 3C 8P King Power Equipment Operators Bump Cutter $51.40 7A 3C 8P King Power Equipment Operators Cableways $51.89 7A 3C 8P King Power Equ pment Opertors Chipper $51.40 7A a 3C 8P King Power Equipment Operators Compressor $48.62 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $48,62 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $50.981 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power EguipmenC Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P r uyc v �i ii Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $53.01 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $53.57 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $51.40 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $51.40 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $50.98 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Or Crane Mount King Power Equment Operators Drilling Machine $51.40 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $48.62 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51.40 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $50.98 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $51.40 7A 3C 8P Prints, Cut Sheets, Etc King Power Egment Operators Gradechecker/stakeman $48.62 7A 3C 8P King Power Equipment Operators Guardrail Punch $51.40 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $50.98 7A 3C BP Locator King Power Equipment Operators Horizontal/directional Drill $51.40 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. & $52.44 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 8P King Power Equipment Operators Locomotives, All $51.40 7A 3C 8P King Power Equipment Operators Material Transfer Device $51.40 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 813 King Power Equipment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution @ Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 813 Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $48.621 7A 3C 8P King Power Equipment Operators Power Plant $48.62 7A 3C 8P King Power Equipment Operators Pumps - Water $48.62 7A 3C 8P 'King Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P 'I Rubber Tired Earth Moving Equipment ,King Power Equipment Operators Rigger And Bellman $48.62 7A 3C 8P ;King Power Equipment Operators Rollagon $51.89 7A 3C 2P King Power Equipment Operators Roller, Other Than Plant Mix $48.62 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C 813 Materials King Power Equipment Operators Roto-mitt, Roto-grinder $51.40 7A 3C 8P I r ayc � u vi King Power Equipment Operators Saws - Concrete $50.981 7A 3C I 8P King Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 1C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $48.62 7A 3C 8P King Power Eguirent Operators Shovel , Excavator, Backhoe, $50,98 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $51.89 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $51.89 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $50.98 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $51.89 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $50.98 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $50.98 7A 3C 8P 100 Tons King Power Equipment 0 grators Truck Mount Portable Conveyor $51.40 7A 3C 8P King Power Equipment Operators Welder $51.89 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $48.62 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P Underground Sewer Et Water King Power Equment Operators Assistant Engineer $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $51.40 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Batch Plant Operator, $51.40 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $48.62 7A 3C 8P Undeyground Sewer a Water King Power Equipment Operators- Brokk - Remote Demolition $48.62 7A 3C 8P Underground Sewer & Water Equipment King Power Equipment Operators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer a Water King Power Equ pment Operators- Cableways $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $51.40 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P Underground Sewer a Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P Underground Sewer a Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $50.98 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $50.98 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power EquiQment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C BP Underground Sewer a Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A 3C 8P Underground Sewer & Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Underground Sewer a Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $51.40 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $50.98 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Elevator And Man-lift: $48.62 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C BP Underground Sewer a Water Gamaco a Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Underground Sewer & Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $51,40 7A 3C 8P Underground Sewer a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $48.62 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tait End Dump $51.40 7A 3C 8P Underground Sewer a Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $50.98 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Qperators- Horizontal/directional Drill $51,40 7A 3C 8P Underground Sewer a Water Operator King Power Equment Operators- Hydratifts/boom Trucks Over $50.98 7A 3C 8P Underground Sewer &Water 10 Tons King Power Equipment Operators- Hydratifts/boom Trucks, 10 $48.62 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $52.44 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P Underground Sewer & Water Yards King Pow�ent Operators Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C t 8P Underground Sewer Ft Water King Power Equipment Operators- Locomotives, All $51.40 7A 3c 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P Underground Sewer Et Water $0,50 Per Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer ft Water King Power Equipment Operators- Motor Patrol Grader - Non- $50.98 7A 3C 8P Underground Sewer & Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C 8P Underground Sewer Ft Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Underground Sewer fc Water King Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $48,62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $48.62 7A 3C 8P ill Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $51.89 7A 3C 813 r uyc i-r v� ii Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Underground Sewer Et Water Materials King Power EquipmenC Operators Roto-mitt, Roto-grinder $51.40 7A 3C 813 Underground Sewer & Water King Power Equipment Operators- Saws - Concrete $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators_ Scraper, Self Propelled Under $51.40 7A 3C 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete it Carry All $50.98 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $51,89 7A 3C 8P Underground Sewer Ft Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $48.62 7A 3C 8P Underground Sewer Et Water King Power Equ pment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 813 Underground Sewer It Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C BP Underground Sewer Ft Water Over 50 Metric Tons To 90 Metric Tons King Power Equa Pment Operators- Shovel, Excavator, Backhoes; $53.01 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $51.89 7A 3C 8P Underground Sewer ft Water. Screedman King Power Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $53.01 7A 3C 8P Underground Sewer Et Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $52.44 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $50.98 7A 3C 813 Underground Sewer,Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P ruyc i.� vi ii Underground Sewer Ft Water 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C BP Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers I King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.60 5D 1M King Residential Drywall Tapers Journey Level $49.79 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $35.10 71- 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 111 Workers King Residential Soft Floor Lavers Journey Level $41.78 5A 3D King Residential Sprinkler Fitters Journey Level $40.81 5C 2R {Fire Protection) ;King Residential Stone Masons Journey Level $49.07 5A 1M King Residential Terrazzo Workers Journey Level $45.43 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.90 5A 1R rayc iu King Roofers Using Irritable Bituminous $46.90 5A I Materials King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1E King Shipbuilding Et Ship-Repair Boilermaker $39.66 7M 1H King Shipbuilding ft Ship Repair Carpenter $38.24 70 3B King Shipbuilding Et Ship Repair Electrician $37.82 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $56.931 5J 1S King Shipbuilding Et Ship Repair Laborer $36.78 70 3B King Shipbuilding ft Ship Repair Machinist $37.81 70 3B King Shipbuilding Et Ship Repair Operator $40.15 70 3B King Shipbuilding Et Ship Repair Painter $37.81 70 3B King Shipbuilding Et Ship Repair Pipefitter $37.77 70 3B King Shipbuilding a Ship Repair Rigger $37.76 70 3B King Shipbuilding & Ship Repair Sandblaster $36.78 70r3B King Shipbuilding ft Ship RepaiY Sheet Metal $37.74 70King Shipbuilding ft Ship Repair Shipfitter $37.76 70King Shipbuilding Et Ship Repair Trucker $37.61 70King Shipbuilding ft Ship Repair Warehouse $37.65 70King Shipbuilding fi Ship Repair Welder/Burner $37.76 70 King Sign Makers Et Installers Sign Installer $22.92 1 (ElectricaU King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) Kingn Makers & Installers (Non- Sign Installer $27.28 1 ElectricaU King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $41.78 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (.Fire Journey Level $69.59 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $49.07 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $50.98 7A 3C SP Surveyor King Surveyors Chainman $50.46 7A 3C 8P King Surveyors Construction Site Surveyor $51.89 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $33.63 5A 2B i r uyc i i vi Outside King Telephone Line Construction - Special,Aparatus Installer 1 $35.09 5A 2B Outside 'King Telephone Line Construction - Special Apparatus Installer11 $34.37 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $32.62 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside King Telephone Line Construction_ Television System Technician $29.42 5A 2B Outside King Telephone Line Construction - Television Technician $26.43 5A 2B Outside King Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level $45.431 5A 1M King Tile Setters Journey Level $21.65 1 King Tile. Marble & Terrazzo Finisher $37.76 5A 1 B Finishers King Traffic Control Stripers Journey Level $41.53 7A I King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A BL WA-Joint Council 28) King Truck Drivers Dump Truck fx Trailer $47.91 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers ft Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Ft Irrigation Pump Well Driller $18.00 1 Installers I Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL RE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight(8)regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The fast two (2) hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other horns worked Monday through Saturday, and all hours worked on Sundays and holidays shalt be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half tithes the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) horns worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All Hours worked Monday through Saturday over twelve(12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. T. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over tell (10) hours Monday through Saturday,Sundays and holidays sball be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shalt be paid at one and one-half limes the hourly rate of wage. All horns worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 i Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 I. N. All hums worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first Len (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve(12) hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times [tie hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The fast two (2) hours after eight (8) regular hours Monday through Friday and up to Len (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8) regular lours Monday through Friday and the first eight(8) bouts on Saturday shall be paid at one and one-huff times the hourly. rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours wmkcd on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. '... W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the fast twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8) hours per day(10 hours per day for a 4 x t0 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12)hours and all homy worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 III Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SIIALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays i shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half Limes the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. I W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth,sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays(except for make-up days) shall be paid at one and one-half times the hourly rate of wage.All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEED SIIALL BE PAID AT ONE AND ONE.-HALF TIMES THE IIOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shill,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar(S 1,00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. II 3 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 3. B. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(U) hours Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10) hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 ani,Monday through Saturday,shall be paid at a premium rate of 15%over the hourly rate of wage.All other hours worked after 6:00 am on Saturdays,shall be paid at one and one-half times the hourly rate of wage. All houas worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 horns per day Monday through Saturday shall be paid at double the hourly wage rate. G. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight lime per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12) in a single shift and all work performed after 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8) hours or more. 4. ALL HOURS WORKED 1N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day befm e Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday andli Saturday after Thanksgiving Day,And Christmas Day(8). II. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). 4 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 5. I. Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q, Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid IIolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day, And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9), Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays:New Year's Day,Martin Luther King Jr.Day,Presidents' Day,Memorial Day,independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas Eve Day(l l). H. Paid IIolidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays:New Year's Day, Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 5 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 6. T. Paid Holidays: New Years Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays:New Year's Day, Memorial Day,Independence Day,Labor Day,'flianksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, independence Day, Tabor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any IIoliday Which Falls Oil A Sunday Shall Be Observed As A Holiday On The Following Monday. Harty of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shalt be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 Benefit Code Key—Effective 3-3-2013 thin 8-30-2013 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Years Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be. observed as a holiday on the preceding Friday. L. Iolidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which fills on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. 0. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after. Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after 'Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays:New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday atler'fhanksgiviog Day,Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes R. A. hr addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 7 i Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or 1 more: Over 50' To 100'-$1.00 per Foot for Each Poor Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Foot Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $0.75, Level B: $0.50,And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&B: $1,00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B: $0.75,Level C: $0.50,And Level D:$0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00, And Class D Suit$0,50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the y, shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana,or Idaho.These classifications arc only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31,2012—A Traffic Control Laborer performs the Setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon, Montana, or Idaho.This classification is only effective oil or after August 31,2012. 8 �✓ KENT Agenda Item: Bids - 9A TO: City Council DATE: September 3, 2013 SUBJECT: Riverview Park Channel Restoration - Grass Field Improvements - Award i MOTION: Move to award the Riverview Park Channel Restoration - Grass Field Improvements Project contract to Hoffman Construction, Inc., in the amount of $137,998,48 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The US Army Corps of Engineers and the City partnered on an Ecosystem Restoration Program (ERP) project at Riverview Park, The ERP project consisted of construction of a side channel through the park to increase salmon habitat and flood storage in the Green River. The ERP project included seeding the park next to the channel; however, the soil on the 6-acre grass field portion of the site does not contain enough nutrients to maintain a healthy strand of grass. The Grass Field Improvements Project consists of amending the existing topsoil and re-seeding the site to minimize potential erosion and sedimentation problems. EXHIBITS: Memo dated 8/28/13 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: This project will be paid for by Drainage Utility Funds. II PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E„ Public Works Director 7�KKNT Address: 220 Fourth Avenue S. WAS III RGTON Kent, WA. 98032-5895 Phone: 253-856-5500 Fax: 253-856-6500 DATE: August 28, 2013 TO: Mayor Cooke and Kent City Council FROM: Timothy J. LaPorte, P.E. Public Works Director RE: Riverview Park Channel Restoration — Grass Field Improvements - Award Bid opening for this project was held on August 27, 2013 with five bids received. The low bid was submitted by Hoffman Construction, Inc. in the amount of $137,998.48. The Engineer's estimate was $174,696,30. The Public Works Director recommends awarding this contract to the low bidder. Bid Summary 01. Hoffman Construction, Inc. $137,998.48 02. Iron Creek Construction LLC $152,226.90 03. Henderson Partners, LLC $153,606.60 04. Road Construction Northwest, Inc. $198,734,84 05. Willapa Bay Construction, LLC $281,142.13 Engineer's Estimate $174,696.30 1 REQUEST FOR MAYOR'S SIGNATURE T Please Fill in All Applicable Boxes - .. Red by Director Originator's Name: Toby Hallock Dept/Div. Engineering/Envifonmental Extension: 11 5536 1 Date Sent: it _- Date Requiredd:,�l ' Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 20 working da s VENDOR: Hoffman Construction, Inc. DATE OF COUNCIL APPROVAL. 9/3/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if ap Ip icable B it of Explanation of Document: The attached construction agreement is with Hoffman Construction for the Riverview Park Channel Restoration - Grass Field Improvements Project. The project consists of re-establishing the open grass field at Riverview Park. This work was not part of the work accomplished by the USACE contractor. This will be done by amending the existing 6 acres of park land with compost material. The compost material will be ripped to a depth of 12 in perpendicular directions then tilled and hydroseeded with a playground seed mix. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received: c � Approval of Law Dept.: a (Date Dept. Comments: �r V J i r Forwarded to Mayor: Shaded Areas To Be Completed By Administai to f Received: Recommendations and Comments: dc:t F ' °- °mom r." � . . �6 Disposition: / t1_�3 ✓r 2�c f j t� Date Returned: f i-ylc r .