Loading...
HomeMy WebLinkAboutPK15-312 - Original - R.W. Scott Construction Company - Riverview Park Trail Relocation - 09/02/2015 Records r , lIge KENT `�� �� Document` Wnsnin orae c '�- 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: R.W. Scott Construction Company Vendor Number: JD Edwards Number ^^aa Contract Number: M — -3 tici This is assigned by City Clerk's Office Project Name: Riverview Park Trail Relocation Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 9/1/2015 Termination Date: 10/31/2015 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Brian Levenhagen Department: Parks Planning & Dev. Contract Amount: $158,687.40 Approval Authority: ❑ Department Director ❑Mayor ®City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Relocation of Green River Trail through Riverview Park property. Division Contract #PPD15-13 adccW10877 8 14 CITY OF KENT KING COUNTY, WASHINGTON RIVE VIEW PARK TRAIL RELOCATION BIDS ACCEPTED UNTIL: TUESDAY, JULY 31, 2015 1 :30 P.M. BID OPENING: IMMEDIATELY FOLLOWING COUNCIL CHAMBERS, FIRST FLOOR DELIVER TO: CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032 JEFF WATLING DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES 40 KENT WASHINGTON ORDER OF CONTENTS RIVERVIEW PARK TRAIL RELOCATION Location Map and directions to the Park Site Invitation to Bid Bidder's Package and Forms - Including: Contractor's Compliance Statement Bid Proposal General Contractor's Request for References General Contractor's Qualification Statement Major Subcontractor List(s) Bid Bond Form Combined Affidavit & Certification Forms: Non-Collusion and Minimum Wage (Non-Federal Aid) E.E.O. Policy Declaration City of Kent Administrative Policy No. 1.2 - MWBE Proposal Signature Page Change Order Agreement/Contract Performance Bond Form and Certificate as to Corporate Seal EEO Compliance Statement: To Be Completed After Project is Completed Bidder's Check List Kent Parks Special Provisions and Kent Standard Plans City of Kent Technical Specifications Prevailing Wages Riverview Park Trail Relocation Plans Traffic Control Plan i RIVERVIEW PARK TRAIL RELOCATION Hawley Road at approximately S. 255th Street Kent, Washington 98030 Directions from Hwy 167: (southbound or northbound) Take the WA-516 exit for WILLIS ST/DES MOINES; Go WEST onto WA-516/WILLIS STREET (if Southbound turn RIGHT, if Northbound turn LEFT); Turn LEFT onto WASHINGTON AVE S/WEST VALLEY ROAD/WA-181; Turn LEFT onto Hawley Road; Turn LEFT into parking lot just south of Holmes Electric. Location is approximately 750' southward on Hawley Road. bW Kllawit d t `oN6 KN1I G {ibHM$E r� ♦ :. +r ilk A,Pr oitF SR 516 x ant, t hiwa to AA! station M NO �d a r � I '� 52fi251 � c S 262S r'4N . ,s L+2_ �b5K 61 o �r�. INVITATION TO RID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through Friday July 31, 2015 up to 1:30 p.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 98032. 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 for the City of Kent project named as follows: Riverview Park frail Relocation The project consists of demolition and removal of paved and gravel trail, installation of base course, asphalt and gravel trail and/or concrete pads, site drainage, installation of site furnishings, landscaping, and other related work as required and as indicated in the project manual and on the drawings. The Engineer's estimated range for this project is $115,000 to $165,000, Bid documents may be obtained at http://dodgeprojects.construction.com and at www.kentwa.gov/procurement. A pre-bid conference will be held on site at Hawley Road and approximately S. 255th Street on Tuesday July 28, 2015 at 1:30 p.m. Attendees will meet at the parking lot south of Holmes Electric and walk to the site. 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. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternated 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 pleas 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 16th day of July, 2015. BY: Ave I Ronald F. oore,/City Clerk [Published in the Daily Journal of Commerce on July 17 and July 24, 20151 P:\Planning\Bids\Invitations to B(d\GRT at Riverview Bid Ca II-MC.dou CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 71 711`r This statement relates to a proposed contract with the City of Kent named RIVERVIEW PARK TRAIL RELOCATION I am the undersigned bidder or prospective contractor. I represent that - 1. I h v _ 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. le &1 ,.(�"7- NAME OF BIDDER SIGNATURE/TITLE i y/,,- ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that �Z Lc/ f 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 Trail Relocation 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 Parks Special Provisions and/or the current version of the WSDOT Technical Specifications. Reference the Section in this proposal document 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 (*). 5) The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor shall contact the Contract Payment section of the Division of Accounting and Financial Services of the Department of Transportation, Olympia, Washington, for questions regarding sales tax. The Contracting Agency 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 unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. A. BASE BID: RIVERVIEW PARK TRAIL RELOCATION I. BASE BID: Drainage, Asphalt Pathways, Re-grading, Crushed Rock Pathways, etc: (figures) Z54t! ACnrA(� /yVL'- e �vvld/co( (Written in dollars) J IY. PROJECT TOTAL- DO NOT INCLUDE SALES TAX TOTAL LUMP SUM BID Lump Sum $ (dollars) (Written in dollars) DO NOT INCLUDE SALES TAX B. UNIT PRICE BIDS (Unit prices include all labor, materials, and equipment necessary to provide and/or execute and/or place Item noted.) DO NOT INCLUDE SALES TAX SCHEDULE I - TRAIL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1 1 Mobilization $,70,dWA0$ AP,®0,0, 00 LS Per LS 2 KSP 8- 1 Temporary Erosion and $xS "Ov$ Op 1.05 LS Sediment Control Per LS 3 KSP 1400 Straw Wattle $ 5!do $ 5-740, 00 8-1.05 LF Per LF 4 KSP 10 ESC Lead $ 7s-'60$ 7S`6, 0 8-1.05 Hours Per Hour S 02050 1 Demolition $3D00,49$ 3000, 00 LS Per LS 6 02050 1 Tree Removal $/A,00$ /.A®0,00 LS Per LS 7 02110 460 Trail Excavation incl. Haul $W01.00 $ //pe D,O p CY Per CY 8 02230 630 5/8 Minus Crushed Rock $3V.00 $ i20,40, 00 TON Per TON 9 02230 10 3/8 Minus Crushed Rock $ 90-V $ 9DD, ®O CY Per CY 10 02609 260 Finished Concrete $i25i00$ (Pr00, 00 SF Per SF 11 02612 370 HMA CI '/2IN. PG64-22 $/00,0®$ 7,0op, 0o TON Per TON 12 02820 140 Top Soil $70,00 $ 9S00, D0 CY Per CY 13 02921 18,000 Hydro Seeding $ O+f�, $ .9Ik0, 00 SF Per SF 14 02900 2 Planting Big Leaf Maples $ V00,OD$ y00.®0 EA EA 15 02870 1 Installation of Site Furniture $/SW"90$ OS�DD, 00 LS LS 16 02230 1 Grass/Tree Establishment OO LS Per LS 17 1 Traffic Control/Detour $Z&10,49$ A400, 00 LS Per LS Schedule I Total $ /,'S� 9/6a ®® Riverview Park Trail Relocation Addendum #1 to Bid Documents Page 3 of 3 SCHEDULE IV - STORM SEWER (SHEET 3) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4255 02621 130 Structure Excavation $f4g,1949 CY Class B Incl. Haul Per CY 4440 02621 90 Sand Drainage Blanket $Q,®0 $ylea0, 60 TONS Per TON 4551 02621 ISO Filter Fabric $7,90 $ 1.9.4e, 00 SQ YD Per SY Schedule IV Total $ 17 6®, �o SCHEDULE VII - TEMPORARY SEDIMENT AND EROSION CONTROL (SHEET 3) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 02921 0.1 Seeding, Fertilizing, and $ (90®,OO $ 600 . 00 ACRES Mulching (Sand Drain) Per LS 7011 8-01.5 300 Straw Wattle $ V.®O $ /'gm'eo WSDOT LN FT Per LF 7030 8-01.5 10 ESC Lead $ 7 S D O $ S`O,OD KSP HOURS Per HR Schedule VII Total $ SCHEDULE VIII - ROADSIDE RESTORATION (SHEET 3) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8005 02820 110 Topsoil (Sand Drain) $a"06 $ 77®D. 00 CU YDS Per CY Schedule VIII Total $ 77O®� DD BID SUMMARY Schedule I /-Xr�7 9/® ° aLo Schedule IV o i�0� Dt7 Schedule VII Schedule VIII TOTAL BID AMOUNT The undersigned Bidder her verifies that these listed bid prices are true and correct in all respects. BIDDER: A—�— DATE: (signature) By: /( Title: fa-e-S-71-44 r 71- (print name) Company Name: /� s'" 6,t C74 C® Address: 0� �GST City/State/Zip: Phone: GENERAL CONTRACTOR'S REFERENCES RIVERVIEW PARK TRAIL RELOCATION: If you have not worked for the City of Kent in the past three years: Please provide three references for work performed similar in size and scope to the Riverview Park Trail Relocation. At least two of the references should be from a public agency. Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) and Year Agency Name —��� ° a"P ✓� Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) and Year ,! Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) and Year Note: This form must be included with your bid. u I have worked for the City of Kent in 2012, 2013, or 2014. Name of Project: I i i I (T co O N O O n O O et LO m T M (T 7 O O O b co LD l0 LO N d' M n O C) 01 T m O a) m c0 Ln LO —(at O Ln M 61 l0 Ln co .y Ln 00 N Ln o M N O UJ W Og tO t0 M O Oi N Oi M O Ln M 7 7 O 'a" .-1 Q1 Q1 6} Ot ID LO V" rl N O 00 a .a; Lo Lo Ln Lo w Ln Ln N Lo Lo m r\ .0 o 0 0 0 0 0 0 0 0 0 Q 0 O O OO. N N N N N N N N N N U O O O O 0 O C O ro aM, _ m� L p m W O O N p N a l 0 N a J 0 mn OVLhZNxL a; n caLa oCwo � oEw� vov�i N � ffLQQ N OOi NN Oc 'O i{ 'YN QJ fn yln 00 '- Ll V0 c Lo in C Lo as 0) ._ Lp U N V' c w O Ln 7 d- T+ LO � � Y_ ii {"' co ?`OMi � co N Ln � N 7Ir rLn CO rq> to Cp NM LnN 2p V N >j L^j J �O+ m �CCM i�+ M M c t0 ut > LD = M L m = M = Lo Y_ '� La L0 uJ u'1 -� Ln al m E Ln w p C) N O p O Ln O Ifl c {n !� Lo Lmn `p yMj 0_ N N O- N Y N N a]- Y N � f 1l N p N m N N N N o V ,c aj c L v a o o o c n c E u °� u > a a > o L0 Y ¢ Y Ln' ca Ln co U Li Q U Y U = 4- 4.., 4_ .ti V- 4- 4- V- V- 4_ t 4- 4-. u Q O O O O O O o O O O O O O y O ;' .Z' Z' T T ? T ? 2+ c U U V 0 U U U U O U U U U Y E aEi � E c Lu > m o a° v Ln a x E o a a o f m E o ¢ m z a/ m O Ln N a L n n Of O lD.0 � m La Eaj (u m al C7c c uc X — N E m E n E Ln E Lin Ci _ �o E a= c � o � Q = O o ow > > o To > U > a a�3 Ln E u Y ` u av ¢ ° cl m E o m —OEcE c v & � E Ln wE a= wEa= x V H CC OJ m H J Hr m Q Q N H Q Ln �r Y (n L-y Y W m Ln Ln Ln Ln Ln Ln N L0 l0 LO 1p O O O O 0 O O O O O O CfO N O O O O O O O O O O O O O NNNNNNNNNNNN O c Ln m L 7 N �-i n .tea Ln dam" 7 �i N N an O N N .-I O O O O O O N .-� , � V 7 L+\'1 Lin n W Obi rn N '7 dam' 7 to p 0 0 0 0 0 0 0 o 0 o a 0 0 0 0 0 ___... . %0 N� n ^ m O ,ti N M N -.N � (r7 - O _Ln C N C O C M n fl'� n O� ^ H .�i N lNO O 6 ^ M Ln •(T aL+ n (j "'i lri V� p nj d' i0 pl N ^ 01 It1 d' tH N C m M [o ti M .y h I� di L U < .yl. !'} tst .-f to 64 .M-1 LO .,�� N EPr n M Lr ® �, N N W CD.Mb 15,.. rlj N m � M u N O O O O O p "'� 'ti '•.� H re) M It N ry N N O o 0 C O C� 03 E ~ M E O '0 0 M .`1 O C C p,M LO ^ % ILO GO LAM lU � Qi t` NN °� "� El0 O C Ln Ln v ,.+ (\ LO 00 •C v0 � tpYNYN ip Gi 4` O O C 'i O M C�L�f1 M o m O E I u1 I m l _C 1 u T > Ln 'N f� Lp N C O n L O C rl Y 1- L M W T C U y^C�-- c W 6] Ll C l!] C l0 I� tD AI"1 2 N 3 LP -0 M ,> LO Li'1 t+t�r+� Ln Y +-1 _m � O N fOA �O..r h tl (,r� 3 N H d' coMT m M C T m trl !f1 � Ln N = N a; OJ ri =' m Y d- = I I N I V VI' C O a) C .ON 7N FC7 Nq C ,U W N Vim.. QM C1 ko •�7 m u0 OC m L0 Qh >� M � � •ON NM > U m N u U v ON 3 W ^' � a min a O Qn Nm W N u w n n r L v rn <n m a f�- m Ln .` LI7 N C GALn V1 M M O Ll1 C > uI .+-' In i' N .Lr N W N Nd' .0 �N fLa � Oln m N ON Cm mM ~ M .L' M OM ,m M i W ..O U U n J N6' N2 N cr cj• ¢O N � N N NN CL0dN W O U LLn W 0nN vLm n Ln n N N <} Ln N 0 n N O L L + c o E E ❑0 c E r as N m m a m a Y E E c = v a c c CL uo E u m 0 m m m m m rn c E a > O m E v c a p o w w m m Q Y lA ¢' Lj to � v ¢ o 0 0 0 0 0 o w w `o ¢ LW 0 0 o L w ., �• Z O o 0 0 0 0 u u u G v u u u u t�i u Y uC3 IT 10 �._ M > C U OLL, _.. W y.,, j 10 y . N o a oc o 0 a) N E N OG d N o a E m w m Y a w ° aE � aE _Y a J c 3 Y - aa) `c o ti o v o m p to 3 c vi m o �i +� v v E a 3 '0 -a ; 0 v E c a n v €n >a ¢az >v Jn Ivn Ln lNE7 v3N No v E Lo yW mN UJ 4 O ovEt o L oONm fn In !\ Ol Q L0 C rN ? I-I c O L 10 EO> m•0WO coW > C N ,amm. d. a. N Ln n0co co co J-I •N \ O O O O Ol lP lT O nO\ V Lo O\ N ` OMOOOM m CD \ / \ d0 - ® . o \ } co \ 2 ` , I § ar $ ( \ \ \ m \ Lh 0LL- } \\ ( \ { In � \ � \Ln { g ® aLO ) ( 2Q @ ) 3 \ ) ) § <Ol \ ( ) § \ \ )) G a J & 4 \ \ u \ \ u . 2 ') ° a / ® ) j ) / § )� 2 / } : U) t Lu / ( ( [ {\ � k/ � . . ® >o egot & / » a � , 2 � a Lu\ \ \ \ > \ ) / / / ) . \ _ kD 0 ° ~ i . 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 LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. 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. i 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. I If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: �Z• /� f� °' f� �® NAME: of ADDRESS: ®Of �UefT d��r ll/ PRINCIPAL OFFICE: �cz��l Ll✓✓t ® �� ADDRESS: PHONE: FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. �Vzllte0 1.2 Provide your current state unified business identifier number. el®O.19VOP110 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. lh$Hte_- 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). _ p 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? leLP 2.2.1 Under what other or former names has your organization operated? / &'-*t.C._ 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: If 2.3.2 State of incorporation: Gr/sF .l 2.3.3 President's name: ref f �- 2.3.4 Vice-president's name(s): .rt_CT 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): f t 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. ,gyp--4 e—A+-,VgAtze /0-a./ 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of Vork that your organization normally performs with its own forces. 9eh, f�r� fe®vc. j ✓�+� v /cwe.�� s� � /%�PJ 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) yU�� 4.2.1 Has your organization ever failed to complete any work awarded to it? del o 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? /!0 I 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? A'// 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.) 11Vp 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: j�E ✓�` *�++ 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: 5---le 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. rc,6 �4 4.7 On a separate sheet, list your major equipment. „f;-�E c e 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: �irr�e/ �inl 6. FINANCING /�®� �J✓1�zr�% c 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 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 'A 7.1 Dated at this � day of�y. 2015. Name of Organization: /e G+i By: C,7—e4 rl0 /7- Title: f° 7.2 EFF Sea-7-7— , 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 day of Y 2015. Notary Public: My Commission Expires: m * a t4 T re PUBU ,V'11�1 ,t B9Pt/ir Nr Nl q ',. N N H Ln N m N 1 N N H r 0 1 p n `LHMO d ti f] Q -H L `o H H V ,m N m C. E UI 0 u X m r } LLI 0 0 J W U L O L c c Z 0 C O m E �O T] H O L N ,H I 0 j N 4 = p W H W m OQ 0 4j I > A o a z J M H L .f 9 z H H N e v H W E •Fl 7 ••1 c p U z LU m m o E' 3�._. � In Ln m L .n a ❑ H N H y Sm e0 W onH m al 0 $ y,E � 1 !f7 O $+ H .n t ,n VJ 00 I ca m ,^ MNrt 0 oD m d C ba M J GI E N O r q W 0MVI 41 E 7 O z M 10 m L •'•I r T V1 7 C m,0 ti c WON E 4- 3 •H W ,n 0u t[1 H 0 y w y` 3i NXCSH c OI 4• 0 w H ?C •FI m m Ok X •+ L L C O n M.c E° c O V7 V1 0 v V1 41 > c - 3 H 0 H •,H UQ o wzww c m c 3 E�w3 z H Z H N Z Ol O H { • L H F- Q V7 •7. Z V7 -H N u n C 't c .0 i O F- Vl ce W H O C Z a %t (a O. L) N W y v m— _3 HCA W $4 m 0 -H �+ C L OZ �t U N J7 m H c4. >1 `E a O ce IT = H J <=q 3 F- 'O M O 0 •F' C O O U r } N ¢ F- CD Q C Q •• U m M •H m 0 M Z W H W= W JCL NY H >Ia m 04• 'r 41 ZSH OOf C:w Z Q L" ^' O w O 1 UI 01 m ,q9 �° .. 'H 0 o H M OC \ Z W N Z 0 7 F• H 1L1•H m in �+•_ O•_ f 4• U> p F- ZW NW CDWW Z L 0 O.N E c WWU 3 o W co ¢ HIL W CD ZC7 Hi+ W EH L 0 0 c c L F- J O: V) WW $\ C01 0 .c0 m+-•OC F- F Js ZwJCDZ 0 nC,i, +' cSep W O QQ M ¢ C' LU r Q LLH (.D INa u ! Z u U � 3 HMO L) > En w 00 Z L NiP LH '��' u v OQ WAsp1ry0T0 0O 41 N3 Z W r 3 JJUZQ INS W CU o •O •m :m 2 t r V UI w CC.VI w J 3 F V) W 0 Z•H ¢ O c E a F r? 0 3 Ln O 7 0 >- W WO (A' H > W Z 3 C) 7 0 m•_ an11 Q= o LO XOZ r• w ZMH F• L) S E o CM y ,awry o • oO ¢ zH H z H eXE °"' r r0'Ir35' N 3 CI w c ¢ o r U � ' � 3a a U CON p O Cq U O N OUcd E oN Uo a F U i o 0 C/I U U h. N z is o b to �z v o � cn d oc Q OWW� O Ua Aao 04 i t�� R. W. sC� � OT CONSTRUCTION CO, General Contractors—223-01-RWSC0C*229MU 4005 WEST VALLEY HIGHWAY NORTH, SUITE A,AUBURN, WASHINGTON 98001 PHONE: (253) 351-0001 FAX: (253) 351.0055 !. R. W. Scott Construction Co. 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: ROW 39.06.010: No agency of the state or any of its political subdivisions may execute a contract: (1)With any contractor who is not registered or licensed as may be required by the laws of this state other than contractors on highway projects who have been prequalified as required by RCW 47.28.070,with the department of transportation to perform highway construction, reconstruction,or maintenance;or (2)For two years from the date that a violation is finally determined,with any person orentity who has been determined by the respective administering agency to have violated RCW 50.12.070(1)(b),51.16.070(1)(b),or*82.32.070(1)(b).During this two-year period,the person or entity may not be permitted to bid,or have a bid considered,on any public works contract. Or RCW 39.12.065(3): ,(1) Upon complaint by an interested party,the director of labor and industries shall cause an investigation to be made to determine whether there has been compliance with this chapter and the rules adopted hereunder,and if the investigation indicates that a violation may have occurred, a hearing shall be held in accordance with chapter 34_05 RCW.The director shall Issue a written determination including his or her findings after the hearing.Ajudlcial appeal from the director's determination may be taken in accordance with chapter 34_05 RCW,with the prevailing Party entitled to recover reasonable costs and attorneys fees. A complaint concerning nonpayment of the prevailing rate of wage shall be filed with the department of tabor and Industries no later than thirty days from the acceptance date of the public works project The failure to timely file such a complaint shall not prohibit a claimant from pursuing a private right of action against a contractor or subcontractor for unpaid pr exclusive and is concurrent with any other remedy provided by law. availing wages.The remedy provided by this section is not (2)To the extent that a contractor or subcontractor has not paid the prevailing rate of wage under a determination issued as provided in subsection(1)of this section,the director shall notify the agency awarding the public works contract of the amount of the violation found,and (a)The retainage or bond in lieu of retainage as provided in RCW 60.28.010; the awarding agency shall withhold,or in the case of a bond,the director shall proceed against the bond in accordance with the applicable s withheld: statute to recover,such amount from the following sources In the following order of priority until the total of such amount i (b)if the claimant was employed by the contractor or subcontractor on the public works project,the bond filed by the contractor or subcontractor with the department of labor and industries as provided In RCW 18.27.040 and 19.28.041, (c)A surety bond,or at the contractor's orsubcontractor's option an escrow account,running to the director In the amount of the violation found;and (d)That portion of the progress payments which is properly allocable to the contractor or subcontractor who is found to be in violation of this chapter.Under no circumstances shall any portion of the progress payments be withheld that are properly allocable to a contractor, subcontractor,or supplier,that is not found to be In violation of this chapter.The amount withheld shall be released to the director to distribute in accordance with the director's determination. (3)A contractor or subcontractor that is found,in accordance with subsection(1)of this section,to have violated the requirement to pay the prevailing rate of wage shall be subject to a civil penalty of not less than one thousand dollars or an amount equal to twenty percent of the total prevailing wage violation found on the contract,whichever is greater,and shall not be permitted to bid, or have a bid considered,on any public works contract until such chill penalty has been paid in full to the director.ire contractor or subcontractor is found to have participated in a violation of the requirement to pay the prevailing rate of wage for a second time within a five-year period,the contractor or subcontractor shall be subject to the sanctions prescribed in this subsection and as an additional sanction shall not be allowed to bid on any public works contract for two years. Civil penalties shall be deposited in the public works administration account.If a previous or subsequent violation of a requirement to pay a prevailing rate of wage under federal or other state law is found against the contractor or subcontractor within five years from a violation under this section,the contractor or subcontractor shall not be allowed to bid on any public works contract for two years.A contractor or subcontractor shall not be barred from bidding on any public works contract if the contractor or subcontractor relied upon written information from the department to pay a prevailing rate of wage that Is later determined to be in violation of this chapter.The civil penalty and sanctions under this subsection shall not apply to a violation determined by the director to be an Inadvertent filing or reporting error.To the extent that a contractor or subcontractor has not paid the prevailing wage rate under a determination issued as provided in subsection(1)of this section,the unpaid wages shall constitute a lien against the bonds and retainage as provided herein and in RCW 18.27.040, 19.28.041, 39.08,010,and 60,28.010. Dated this_c2� day of —r 2009. Jeff Scott, Vice President R. W. Scott Construction Company .+ o .o co c) o 0 o m m o 0 0 Q M M V N r co rl V' cl ( CD VO N N C O V ca es V> rn 6e S% r0co r� or- N o <Y n Vt0, 0 0nN O v/ u1 d N V) Lo r00Lo c V V W 0 L N N N (0 coots CL L C EYE ro v am m >< a m a V U wUo 3 0- o L O E T3 W U N N cu C ,� 3 Umm NmY e o (D � aUU h U N C ' U N m 12 O C ro x a E 5 NEca W N m a a y fn c � ff1 m d ` T N J N C Wpm f0 j .0 W fn 2 < 0 mzu ` oa w 3 c 7 rnZfA a' JN I� toO r th O O via � � co RW Scott Construction Supervisory Experience Rodney Scott Field Supervisor 25 Years Mark Hall Field Supervisor 30 Years Mike Skagen Project Manager 35 Years W SCOTT CONSTRUCTION CO VEHICLE LIST UPDATED AT 3/19/2015 RENT VEH LICENSE SERIAL RATE # YEAR F IDESCRIPTION NUMBER NUMBER 12 1 8 Toyota Sequoia RDUB 5TDBY68A58S017306 12 3 07 GMC Sierra B69347G 2GTEK13M471505543 13 5 00 GMC Light Duty Sierra 13297061A 1GTE014V8YE900569 20 6 91 1991 Chevrolet Kodiak Flatbed(Attenuater) B3078ON 1GBJ6H1J3MJ112031 55 7 06 Freightliner M21 06 w/Crane(Mechanic Truck) B69602D 1FVACXDC56HW45282 12 8 07 Toyota Tundra Limited(Mike Skagen) C74616B 5TFBV58137XO26193 12 9 07 Toyota Tundra SR5(Mark Hall) C49669B 5TFCV54177XO04921 Ti— 11 08 GMC Sierra(Fred) 875067F 1GTEK19J68Z108275 22 13 81 CHEROKEE 30 YD DEM01TRASH TRAILER 0373RG 4C91EFF23131095100 60 14 98 Ford LT850 Dump Truck A76736M 1FDZX86E8WVA30990 13 16 93 FORD-F450 Flatbed Dump B91t552P 2FDLF47G3PCA27259 10 17 97 GMC Sonoma S10 P/U(Shop) B21122X 1GTCS1442V8507842 40 18 97 Chevrolet Dump-5yard C01287A 1GBJ7H1J3VJ100556 35 19 95 FORD F800 WATER TRUCK(Totaled) B03364D 1 FDPF8OC4SVA07489 65 20 72 D MACK 30DO GAL WATER TRUCK 87172T R795S2005 65/80 22 98 PETERBILT TRUCK WISIDE DUMP A36447N 1XPADBOX9WN479580 65/85 22 WlLOW BOY 26 83 SINNER FLATBED TILT TRAILER 5942UJ 1S9S2CE10DS018134 13 29 99 FORD F450 gas powered 666829X 1FDXF46S4XED68820 31 93 GMC LUBE TRUCK A13927X 1GDJ7H1J3PJ500790 20 33 95 Ford F450 Super Flatbed w/Liftgate B26500W 1 FDLF47F2SEA54480 25 35 93 TRAIL KING 50T TRIAXLE LOWBOY TRL 6266LO iTKJO5036PM022740 V 6 07 Pioneer Truckweld 4 Axis Millennium Trailer 6170TX 7BN1 P21457SO04548 7 06 STURDYWELD DUMP TRAILER 8883YT 5RETE04856SO66030 0 05 TrailMax TRD 54-T Equipment Trailer 8533RY iG9KS373X5A065207 1 01 Kenworth T300(Roll Deck) A56099X 2NKMHD7X71M868293 *' 80 EVERGREEN TRAILER(10 X 32) 9438KH 280107GR 3 99 KENWORTH T•800 DUMP A65784EJ 1 NKDXBOXOXR827765 4 00 KENWORTH T-80D DUMP A74061 G I1 NKDXBFX6YR859792 5 06 KENWORTH T-800 DUMP C97963Ai1NKDXBOX46R119419 13 51A g7 FORD F450 Fuel Truck B55477U 3FELF47F9VMA60951 20 5213 73 FORD FLATBED-ATTENUATOR TRUCK F600 A86703K F61 DVQ60282 10 63 99 Ford Explorer ANJ9524 1FMZU34E1XZ830969 12 65 02 GMC Light Duty 2WD Regular Cab B13922R 1GTEC14V12Z900607 12 66 02 GMC Light Duty 2WD Regular Cab B13921R 1GTEC14VX2Z900606 12 67 10 Ford F150-Rod Scott 1377308P 1 FTFW 1 EV4AFA26179 13 68 04 Ford F450 Service Truck C01226AI 1 FDXF46P44EC20013 �i 70 02 Commercial Trailer(Job Shack Tlr./No Ins.) 1 UYVS248X2U796202 15 71 05 TrailMax T-12-UT Equipment Trailer 9990XN 1G9KS26285AO65371 13 73 01 F450 Super Duty Service Truck B35150Y 1FDXF46F51EA26013 1a 75 06 Bealfrruckweld custom built 4-axle-Trailer 1235SQ iBN1P49476X004360 76 08 Circle R 4 Axle Side Dump Trailer 4853UF 1T9SS45498T627287 '.. 45/80 77 90 Mack RD685 Tractor A97297D 1M2P270C5LMD08583 ',, 78 92 Blazer Industries Inc. Job Site Trailer 051032-AT923267 12 79 04 GMC NK1 4C K1 PU Mike Skagen B71734Z 2GTEK19T741203481 Ford F800 A31774V 1FDNF80C6SVA03368 80 95 61 73 Mack RS700L Dump Truck A47029R� R5795LST16250 82 1989 Great Dane 41'Refer Job Trailer 5260XZI 1GRAA8323KS010404 "' Vehicle#42-Insurance coverage is under the personal property � RW SCOTT CONSTRUCTION CO EQUIPMENT LIST RENTAL RATE IEQ# YR DESCRIPTION SERIAL NUMBER 50/80 109 1998 JD 310SE Loader/Backhoe (Hoepac/Breaker) T0310SE851205 6z 115 1996 Komatsu PC200-6(totalled)(NO INSURANCE) J20011 70 124 1996 Komatsu Hydraulic Excavator, PC 200-6 93279 ma t. ; 70 126 1995 Komatsu Exc. PC200.6E 92470 35 127 1991 JD 400GLT Crawler/Dozer T0400GC772596 50 128 1999 JD 650H Crawler/Dozer T0650HX876233 Vin#1A9H12107YM157379 15 136 2001 Variable Message Board Lie#6689PF Serial#586451 138 JD425 Disk (NO INSURANCE) P00425X013422 20 152 2002 Laymore Sweeper 8HC 21 N00176 Serial#28786-005 20 153 2001 Laymore Sweeper SHC 21 N00175 Serial#28352-005 156 2003 TC91S Hydraulic Compactor (NO INSURANCE) 2002133-3 40/6 158 EW12800 Generator (NO INSURANCE) 48D/6 158A Yamaha Generator (NO INSURANCE) Wacker Reversible Plate DPU5045H Compactor (NO 20 159 INSURANCE) 743846408 165 1973 Trailmobile 45'Van Seml Trailer (NO INSURANCE) J34627 166 1998 6000 Gal Model D MH Supervault Fuel Tank MDH4600052 Trench Box (112 bought from Ritchie Bros, 1/2 from Rhine) (NO 175D/22 167 INSURANCE) 416DW&W9601195 2000 Gallon Fuel Tank and Pump on Skids (NO 168 1978 INSURANCE) 169 1978 HM Fuel Tank on Wheels-Lic#JD1476 (NO INSURANCE) WA7652693 60 178 1993 Ingersoll Rand SD100D Smooth Roller 9112 15 181 1999 Wacker Asphalt Roller#RD11A 769301256 13 182 1985 Mitsubishi Forklift (NO INSURANCE) F2050294 175D/22 185 2000 Airshore Alluminum Trench Box 4x8 185A 2000 Airshore Alluminum Trench Box 2x8 30 186 1998 Rammer Hammer S-55 103156R Homelite 3"Diapham Pump Model 111 D0P3-1 (NO 48D/6 187 1981 INSURANCE) 01588966 188 1983 Jet10TonFloorJack (NOINSURANCE) JSJ-10 10 189 1977 Headshaker Compactor(HED LS-1100) (NO INSURANCE) LS-184 175D/22 190 Trench Box Model 1445 Stone Mizer (NO INSURANCE) 0791445 192 190- 3"W' .--.rash PUmp,,odel PT3A (NO INSURANCE) 506803577 195 1991 Rammer Hammer Mod S-26 SN 628 197 1997 Polaris 4x4 Quad LIC#093144A 4XACH50A7VA032089 198 1997 Spectre Utility Trailer LIC#1270XY (NO INSURANCE) 4W8UF14Iov1000697 Wacker Reversible Plate Compactor Model#DPUW55 (NO 20 199 2001 INSURANCE) 0007959 20 200 2001 Wacker Reversible Plate Compactor Model#DPU5045A 1291628 Octagon Manhole(french)Box Model#OB88 (NO 150D 201 2002 INSURANCE) NES0402-1788 58 202 2)01 Hitachi ZX135US-E Hydraulic Excavator 61984 56 204 1999 Case Loader/Backhoe 590 Super L (Hoepac/Breaker) JJG0211487 ot5 HP 1.34 i 70 206 2000 Komatsu PC210-6E 31627 i 133HP .LW 60 208 1 997 Komatsu D65PX12 Crawler Dozer 62008 55 269 2000 JD 624H Loader(Includes QC350GPB0E 3.5 Bucket) DW624HX577280 30 Y 5 3.5 209A 2004 JD Fork Attachment QC500CUF9672M 210 Cat Forklift-Shop (NO INSURANCE) SEB3074 90 211 2003 Komatsu PC3001-C-71-Hydraulic Excavator A85525 50 213 2004 JD 310SG Backhoe/Loader T0310SG930036 60 215 2003 Komatsu PC138US-2 Hydraulic Excavator 3616 31 e ���� •� 60 216 2004 Hamm 3412 84"Vibratory Roller 60300 UPDATED M00158:04 PM EQUIPLVrAs f R W SCOTT CONSTRUCTION CO EQUIPMENT LIST RENTAL RATE EQ# YR DESCRIPTION SERIAL NUMBER Trench Box,4'x2d,Speedshore,Model 420Dw4 (NO 217 INSURANCE) 0-2752 Trench Box,8x20,Speedshore, Model 820DW4KE (NO 218 INSURANCE) 99-2593 219 Manhole Box,4x8'and 8x8x4, Protec (NO INSURANCE) 118481 and 18482 48D/6 220 1992 Spectra Psysics-Laser Model L-1165 (NO INSURANCE) 1069 Top Con Rotating Laser-RL 50B W/LS-50-21T4 Trypod 48D/6 221 1994 (NOINSURANCE) 48D/6 222 1994 12 KW Kohler Gas Powered Generator (NO INSURANCE) 2325100337 L1165 Dial grade w/Wireless Remote Laser (NO 48D/6 223 1996 INSURANCE) 6487 48D/6 224 1997 Dialgrade Model 1250HP Laser (NO INSURANCE) 6817 48D/6 225 1997 Grade-Eye Receiver DR2S (NO INSURANCE) 6649 226 4X8 Alum Trench Box-airshore 226a Mate to Trench Box Eqp#226 227 QF 3000 Freeze Kit (NO INSURANCE) 40 228 2005 Kobelco SK35SR-3 Mini Excavator IPX1211734 Asphalt Zipper AZ500 48HD Cutter wrrrailer BT0011 Trailer Machine#50000120 Trailer 85 229 2006 Plate#7971UP #109FS082X6U023542 I8S;If 25 230 2006 Allied Impact Breaker-Rammer S27 27AAA0842527 25 231 2006 Caterpillar CB-224E 47"Double Drum Roller ID=26W54549/S=022402067 30+tP S5'100 90 232 2006 Komatsu PC300-LC-7E0 Hydraulic Excavator A88527 rrS tk .24 233 Leica Piper 100 Pipe Laser (NO INSURANCE) Trench Box,8x24x4 Steelbox, 19488 Pro-Tec (NO 234 INSURANCE) 19488-003 304 1995 Arrowboard/NEEDSTABS (NO INSURANCE) Lic#6607-LN 305 1995 Arrowboard/NEEDS TABS (NO INSURANCE) Lic#6606-LN 37D/4.63 306 19 55 Arrowboard (NO INSURANCE) 9506B418 37D/4.63 307 1995 Arrowboard (NO INSURANCE) 95036417 308 1999 Hotsy Steam Cleaner Model#980B (NO INSURANCE) H44011 310 1999 Arrowboard (NO INSURANCE) 9907B484 10 312 1999 Wacker BS600 Rammer (NO INSURANCE) 5076921 10 313 Wacker Plate Compactor (NO INSURANCE) 5282094 314 Wacke"Plate Compactor (NO INSURANCE) 5224343 315 Wacker Plate Compactor (NO INSURANCE) 5225351 Ingersoll-Rand Air Compressor P185WIR Plate#5092VH 15 316 (NO INSURANCE) 3299341.1EM295 (off Ingersoll-Rand Air Compressor P185WIR Plate#5091VH 15 317 NO INSURANCE 4FVCABAA32U330467 d(� Sequential Arrow Board/Eclipse/Solar/Allmand (NO 318 INSURANCE) 179AB03 Sequential Arrow Board/Eclipse/Solar/Allmand (NO 319 INSURANCE) 181AB03 Sequential Arrow Board/Eclipse/Solar/Allmand (NO 320 INSURANCE) 042AB03 Sequential Arrow Board/Eclipse/Solar/Allmand (NO 321 INSURANCE) 180AB03 Transmission Jack Model#5019 OTC Brand (NO 322 INSURANCE) 0708AE62608 323 BTI TB425Q Breaker w/Chisel Point, Hoses&QC 4009446 Vin#1A9H121041 M157081 Variable Message Board Plate#8295UR 324 2001 Serial#686811 Vin 101YM157581 Variable Message Board Plate#5754NH # 325 2000 Seriall#5866586654 upO IMMSW55:04PM EQUIPLSTAS ,W. SC®TT CONSTRUCTION CO. General Contractors — 223-01-RWSCOC*229MU 4005 WEST VALLEY HIGHWAY NORTH,SUITEA,AUBURN,WASHINGTON 9.001 PHONE (253)351-0001 'PAX (253)351-0055 '.. INFORMATION FOR CREDIT APPLICATIONS Incorporated: July, 1978 Business Started: 1972 Owners/Officers: Jeff Scott, President Debra Scott, Treasurer R. W. Scott, Vice President Jeff Scott, Secretary Road and Underaround Utility Construction Company Contractor#RWSCOC*229MU Federal ID#91-1038390 D&B#06 167 4743 Resale#C600 298 242 ICC #CC25984(WUTC) Fiscal Year End: September 30 Annual Dollar Volume Sales: $7,000,000 Purchase Orders Required Bank Inf.formation: .Key Bank Auburn Branch: 1 East Main Street, Suite 190, Auburn, WA 98002 Account#479681113680 Branch Contact: Janice Rindfleisch Phone: (253) 833-8622 Fax: (253) 833-8625 References: H.D. Fowler icon Materials PO Box 160 PO Box 88050 Bellevue, WA 98009 Tukwila, WA 98138-2050 (425) 746-8400 (206) 575-3200 Miles Sand and Gravel Gosney Motor Parts, Inc. 400 Valley Ave NE PO Box 858 Puyallup, WA,98372 Auburn, WA 98071 (253) 833-3700 (253) 833-4455 CITY OF (CENT 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. Riverview Park Trail Relocation 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 CONTRACTORS SIGNATURE SUBCONTRACTOR LIST Q,(Contracts over 1 million dollars) Name of Bidder: Project Name: g ug r ov,ct.J P, Project Number: 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: Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Bidder Date I BID BOND FORM i KNOW ALL MEN BY THESE PRESENTS: That we, R.W. Scott Construction Co. as Principal, and Fidelity and Deposit Company of Maryland as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of 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 Park Trail Relocation 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 31st DAY OF Jul 2015 R.W. Scott Construction Co. PRINtIPAL Fidelity and D posit Companyof Maryland �� SWTY/Jennifer L.6 cyder,Attorney-in-Fact 20 Received return of deposit in the sum of $ ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 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 GERALD F.HALEY,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 forceand effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Jennifer L. SNYDER, Julie R. TRUITT, Jamie DIEMER, Carley ESPIRITU, Christopher KLNYON,Brent.E.HEILESEN and Peter J. COMFORT, all of Tacoma,Washington, EACH its time 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 bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and anrply, to all intents and purposes, as if they had been duly executed and 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 20th day of April,A.D.2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Go ok low aa3 seeretaly Vice President Michael Mcrtiibben Gerald F:Maley State of Maryland 'I County of Baltimore On this 20th day of April,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY,Vice President,and MICHAEL MCKJBBEN,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 sworn,deposed,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 instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D.Adamski,Notary Public My Commission Expires:July 8,2019 POA-F 180-2849B CITY OF !CENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 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, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Riverview Park Trail Relocation NAME OF PROJECT NAME OF BID 'S FIRM /3e < 6 SIGNATU E OF AUTHORIZED REPRESENTATIVE OF BIDDER DECLARATION CITY OF KENT EQUAL EMPLOYMENT" OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 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 fiv quirements referenced above. By: For: /2 Title: Date: CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers 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. 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 (60) 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 9 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: �s'2�� /Z� At,/ NAME OF BIIDDER BY: /S/ 1-0� Signature (Print Name and Title) Address NOTE: By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. NAME OF CONTRACTOR: ("Contractor") CONTRACT NAME & PROJECT NUMBER: 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. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ i Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change calendar days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Its Its (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [In this fell,you may enter the slecVonic filepath where the contract has been saved] CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and R.W. Scott Construction Company, organized under the laws of the State of Washington, located and doing business at 4005 West Valley Hwy North, Auburn, WA 98001, (253) 351-0001 ("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 Trail Relocation 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 2014 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 2014 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 60 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. 5. 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 B 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. CITY OF KENT BY: t' SUZETTE` ,Op MAYOR DATE: ATTEST: �. RONALD F. MO E, CIT,Y LERK APPRED AS T, FOR KENT LAW DE RTMEN CONTRACTOR BY: ,-e-� PRINT NAME: TITLE: /cSrU/e/ti� DATE: /S i EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $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 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $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. EXHIBIT B (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. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. EXHIBIT B (Continued) 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. I Client#: 108729 SCOTRW ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 8/25/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACTE, Morgan Marlow _ Propel Insurance rPHoNe - 800 499.0933 ac,rve: 866.577.1326 Tacoma Commercial Insurance 'E'M Na Ex<): ' E.MAu mlma, ro elinsurance.com '.ADDRESS: @P P _ 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC N Tacoma,WA 98402 _ INSURERA;Travelers Indemnity Company 25658 INSURED INSURER B:Travelers Property Casualty Coo 25674 R.W.Scott Construction Co. INSURER c:Travelers Indemnity Company of _ 19046 4005 West Valley Hwy N. Phoenix Insurance Company - - 25623 INSURER D: _ Suite INSURER E: A INSURER F: Auburn,WA 98007 Au _ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. INSft TYPE OF INSURANCE ADDLSUB - - POLICY EFF POLICY EXP LIMITS LTR _ INSR MD _POLICY NUMBER MWoDIYYY MMIDDl YY ',. A GENERAL LIABILITY X X DTC06B389130IND15 03/31/2015 03/31/201E EACHGCCURRENCE $1,000,000 � i X COMMERCIAL GENERAL LIABILITY PREMISES Eaaccvrrence $300,000 CLAIMS-MADE nOCCUR MED EXP(A"one person) $5000 X PD Ded$2,500 PERSONAL&ADV INJURY $1,000 OOO GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $2,000,000 POLICY X PEO� LOUCMBIND $ D AUTOMOBILE LIABILITY X X DT8106B38913OPHX14 0313112015 03131/201E IEaO accideEntSINGLELIMIT s1,000,000 _ X ANY AUTO BODILY INJURY(Par purser) S ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Par accident) $ NON-OWNED PROPERTY DAMAGE X HIREDAUT08 X AUTOS Peraccident B X UMBRELLA LIAR X OCCUR DTSMCUP6B389130TIL 03/3112015 03131/201E EACH OCCURRENCE s5000000 _ EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DID X RETENTION$10 O00 _ __ A WORKERS COMPENSATION WA Stop Gap o2�nru-S OFR TH- '.. AND EMPLOYERS'LIABILITY ANYPROPRIETORfPARTNER/EXECUTIVE YIN IMIT DTC06B3891301ND15 03/31/201503/31/201 EL EACH ACCIDENT 51000000 OFFICER/MEMBER EXCLUDED? NIA _ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000. C Leased/Rented QT6605C527307COF 03/31/2015 03/31/2016 $100,000 Limit $1,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 1Di,Additional Remarks Schedule,If more space is required) RE: Riverview Park Trail Relocation. The City of Kent is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 4th Ave S ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032-5895 AUTHORIZED REPRESENTATIVE d ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1836187/M1731112 TET00 This page has been left blank intentionally. R.W. Scott Construction Co. D'fC06B3891301ND15 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED —(Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract ifi"i specifically requiring insurance"a) Only with respect to liability for"bodily injury", lly requires you i "property damage" or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The Insurance provided to the additional insured by this endorsement Is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown In the Declarations available to the additional Insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance". But the insurance provided to sured does not apply e "bodily injury", the additional insured by this endorsement still Is PP y y 1 ry „prop- excess over any valid and collectible "other in- arty damage" or personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- L The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4, As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a engineering activities. claim. To the extent possible, such notice should include: CG D2 46 08 05 ©2005 The St. Paul Travelers � 9 Companies, Inc. Page 1 of 2 P R.W. Scott Construction Co. Q-rCO6B389130IND15 COMMERCIAL GENERAL LIABILITY I. How, when and where the "occurrence" any provider of"other insurance"which would or offense took place; cover the additional insured for a loss we R. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses;and condition does not affect whether the insur- ance provided to the additional insured by III. The nature and location of any injury or this endorsement is primary to "other Insur- damage arising out of the"occurrence" or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. i. Immediately record the specifics of the —DEFINITIONS: claim or"suit"and the date received; and "Written contract requiring insurance" means It. Notify us as soon as practicable, that part of any written contract or agreement The additional Insured must see to it that we under which you are required to include a receive written notice of the claim or"suit"as person or organization as an additional in- as as practicable. sured on this Coverage Part, provided that the "bodily injury and "property damage' oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or"suit", cooperate a. After the signing and execution of the with us In the Investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect;and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. Page 2 of 2 ©2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 R.W.Scott Construction Co. DTC0613389130MD15 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages.Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments 1. Blanket Additional Insured — States Or Political Subdivisions—Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured — Newly Acquired Or Formed K, Unintentional Omission Organizations F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n. do not apply Auto Or Watercraft,In Paragraph 2.of SECTION to "premises damage". Exclusion f.(1)(a) I — COVERAGES — COVERAGE A BODILY IN- does not apply to"premises damage" caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured; and d. Smoke resulting from such fire,explosion, (c) Not being used to carry any person or prop- or lightning; or erty for a charge. e. Water, B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I—Coverage A 1. The first paragraph of the exceptions in Ex- —Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion—All Pollu- COVERAGE A BODILY INJURY AND tion injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY Is deleted. clusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. CG D3 16 1111 ©2011 The Travelers indemnity Company.All rights reserved, Page 1 of 6 i R.W.Scott Construction Co. '.. DTC06B3891301ND15 ' COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You required because of accidents or traffic Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same "occur- vehicle to which the Bodily Injury Liability rence , whether such damage results from: Coverage applies. We do not have to fur- fire; lightning; 9 nish these bonds. fire; explosion; li htnin smoke resulting from such fire, explosion, or lightning; or water, or 2. The following replaces Paragraph 1.d. of any combination of any of these causes. SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Llmitwi[I be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part;or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual lass of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The fo€lowing replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of"Insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed in providing or falling to provide over. that portion of the contract for a "Incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises 2, The fallowing is added to Paragraph 2.a.(1)of damage"is not an"insured contract"; SECTION 11--WHO IS AN INSURED: 6. The following Is added to the DEFINITIONS Paragraph (1)(d) above does not apply to Section: "bodily injury" arising out of providing or fail- "Premises damage" means "property dam- €ng to provide: age"to: (i) "Incidental medical services" by any of a. Any premises while rented to you or tem- your "employees" who is a nurse practi- porarily occupled by you with permission tioner, registered nurse, licensed practical of the owner;or nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic; or premises is rented to you, if you rent such (h) First aid or"Good Samaritan services" by premises for a period of seven or fewer any of your "employees" or "volunteer consecutive days. workers", other then an employed or vol- 6, The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV— COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or "Good Samaritan ser- (b) That is insurance for"premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV -- of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. Page 2 of 6 O 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 i R.W.Scott Construction Co. DTC06B3891301ND15 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph S. of 4. Any organization you newly acquire or form, SECTION III--LIMITS OF INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the applica- Red liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership interest, will qualify as a provide "incidental medical services", first aid Named Insured if there is no other insurance or"Good Samaritan services"to any one per- which provides similar coverage to that Or- son will be deemed to be one"occurrence". ganization, However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I—COV- only: ERAGES—COVERAGE A BODILY INJURY (1) Until the 160th day after you acquire or AND PROPERTY DAMAGE LIABILITY; form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it; or cals committed by, or with the knowledge or (2) Until the and of the policy period, when consent of,the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services"means: within 180 days after you acquire or form it, and we agree in writing that it will con- a. Medical,surgical, dental, laboratory, x-ray or nursing service or treatment, advice or fifth to a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages; or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization; and appliances. c, Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received, formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED— BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- The following is added to SECTION 11 —WHO IS TIONS: AN INSURED: The insurance is excess over any valid and Any of your subsidiaries, other than a partnership, collectible other insurance available to the in- joint venture or limited liability company, that is sured,whether primary,excess, contingent or on any other basis, that is available to any of not shown as a Named Insured in the Declare- on "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury' that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or"Good Samaritan services" No such subsidiary is an insured for"bodily injury' to any person to the extent not subject to or"property damage" that occurred, or"personal Paragraph 2.a.(1) of Section II — Who Is An injury" or "advertising injury" caused by an of- Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidery. ii—WHO IS AN INSURED: CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 3 of 6 R.W.Scott Construction Co. DTC06B3891301ND15 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED—OWNERS, H. BLANKET ADDITIONAL INSURED— LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II —WHO IS The following is added to SECTION It —WHO IS AN INSURED: AN INSURER: Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written can- agreed In a written contract or agreement to in- tract or agreement to include as an insured on elude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an Insured, but only with respect to liability spect to liability for"bodily injury", "property dam- for "bodily injury", "property damage", "personal age","personal injury"or"advertising injury"that: injury"or"advertising Injury"that: a. Is bodily injury' or "property damage„ that a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- injury" caused by an offense that is commit- ted, subsequent to the execution of that con- ted, subsequent to the execution of that con- tract or agreement;and tract or agreement;and b. Is caused, in whole or in part, by your acts or b. Arises out of the ownership, maintenance or omissions in the maintenance, operation or use of that part of any premises leased to use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provislons: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations,whichever are less. the limits shown on the Declarations, which- b. The insurance provided to such equipment ever are less. lessor does not apply to any"bodily injury" or b. The insurance provided to such premises "property damage" that occurs, or "personal owner,manager or lessor does not apply to: injury"or"advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury"or"a&er- lease expires. tising injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises; or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or C. The Insurance provided to such premises non-contributory with, such other Insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other In- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- The following is added to SECTION 11 —WHO IS surance must be primary to, or non- AN INSURED: contributory with, such other insurance, in which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ante. you or on your behalf, and that you are required Page 4 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 1111 R.W.Scott Construction Co. DTC06B3891301ND15 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) A manager of any limited liability as an additional insured on this Coverage Part Is company; or an insured, but only with respect to liability for (iii)An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; Jury"or"advertising injury" arising out of such op- that is your partner, joint venture erations. member or manager,or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or"advertising injury" arising out to give notice of an "occurrence" or of operations performed for that state or pa- offense. litical subdivision;or (3) Notice to us of such "occurrence" or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us of the "occurrence"or offense as soon as The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs (1) or (2) above ERAL LIABILITY CONDITIONS: discovers that the"occurr rence" offense In may result In sums to which the Insurance e. The following provisions apply to Paragraph provided under this Coverage Part may a. above, but only for the purposes of the in- apply, surance provided under this Coverage Part to you or any insured listed in Paragraph 1.or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of"pollutants"which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (If you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment. is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers" or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations. of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployed' authorized by you to give notice The unintentional omission of, or unintentional of an"occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company, and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewai in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence"or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any Individual who is: The fallowing is added to Paragraph 8., Transfer (€) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 5 of 6 R.W.Scott Construction Co. DTC06B3891301ND15 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that Insured's right of recovery anguish, mental injury, shock,fright, disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion,but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs; or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of"insured contract" in the DEFINI• caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c• Any easement or license agreement; agreement. 2. Paragraph f.(1) of the definition of "Insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- leted. The following replaces the definition of "bodily injury"in the DEFINITIONS Section: Page 6 of 6 ©2011 Tha Travelers Indemnity Company.PJI rights reserved. CG D3 16 1111 PAYMENT AND PERFORMANCE BLOND TO CITY OF KENT Bond No. 09194389 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, R.W. Scott Construction Co. as Principal, and Fidelity and DepositComl2m, of Maryland a Corporation organized and existing under the laws of the State of 'Maryland 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 $158,687.40, together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Riverview Park Trail Relocation (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. TWO WITNESSES: R.W. Scott Construction Co. PRINCIPAL (enter principal's 20e above) BY: i TITLE: 3� DATE: DATE: CORPORATE SEAL: PRINT NAME DATE: / Fidelity d Deposit Company of Maryland C l SURETY o; CORPORATE SEAL: BY: 1 DATEA*gs_ f2�4,2015_ TITLE` , , nil�yder,Attorney-in-Fact ADDRESS: PO Box 2940 Tacoma, WA 98401 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (AssistaRQ-Secretary of the Corporation named as Principal in the within Bond; that S Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETAW OR ASSISTANT SECRETARY ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 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 GERALD F.HALEY,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 Karen C. SWANSON, Jennifer L. SNYDER, Julie R. TRUITT, Jamie DIEMER, Carley ESPIRITU, Christopher KINYON,Brent E.HEILESEN and Peter J.COMFORT, all orracoma,Washington, EACH its true and lawful agent and Attorney-in-Fuct, 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 bonds 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 and 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 Vicc-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 201h day of April,A.D.2015, ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND `,ti"u'trr4 wv otrof� Nso/•�"`,log Yti, a w '•"' io 1eBs ,;�np ax/ +4ti ,^ t it Jn �L/ •hhy p• I a U Secretary Dice President Michael McKibben Gerald F.Haley State of Maryland County of Baltimore On this 20th day of April,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,OERALD F. HALEY,Vice President,and MICHAEL MCKIBBEN,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 swum,deposeth and with,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 instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,L have hereunto Net my hand and affixed my Official Seal the day and year first above written. tFrsG t l�J iE 4A�'8m�%L fir;! u /lllu06-lllkO Maria D.Adamski,Notary Public My Commission Expires:July 8,2019 POA-F 180-2849B CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT I This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as Riverview Park Trail Relocation that was entered into on the Day of 20 between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: BIDDER'S CHECKLIST Project: RIVERVIEW PARK TRAIL RELOCATION The bidder's attention is especially called to the following City of Kent forms that must be executed in full as required: Failure to comply shall result in rejection of any bid not so / complying. / A) CONTRACTOR'S COMPLIANCE STATEMENT: B) BID PROPOSAL: The unit prices and alternate bid(s) and lump sum base bid must be / shown in the space provided. Show prices in both words and figures. C) REQUEST FOR REFERENCES: Form to be completed by the bidder. / ^� D) CONTRACTOR'S QUALIFICATION STATEMENT: Form to be completed by the bidder. ,A) SUBCONTRACTOR LIST(S): Indicate all subcontractors (and yourself, if applicable) that will perform work amounting to more than ten percent of the total contract price. This/These form(s) must be completed and submitted by the time and day as indicated. ,//F) BOND ACCOMPANYING BID: Form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond must equal 5% of the total amount bid and shall be shown in both words and figures. VIG) COMBINED AFFIDAVIT AND CERTIFICATION FORM: This form must be subscribed to and / sworn before a Notary Public. ✓ H) E.E.O.POLICY DECLARATION: To be completed and signed by the bidder. �I) DISADVANTAGED MINORITY or WOMEN'S BUSINESS ENTERPRISE CERTIFICATION: If applicable to bidder. 13) PROPOSAL SIGNATURE SHEET: To be completed and signed by the bidder. The following forms are to be executed after the Agreement is awarded: A) PUBLIC WORKS AGREEMENT: Executed by the successful bidder. i B) PERFORMANCE BOND/CERTIFICATE AS TO CORPORATE SEAL: To be executed by the successful bidder and his surety company. The following form is to be executed after completion of the project: C) EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE: To be executed after completion and prior to acceptance by Owner. Retainage will not be released by Owner until receipt of this Affidavit. I SPECIAL PROVISIONS KENT PARKS SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.1 General 1-01.2(2) Items of Work and Units of Measurement 1-01.3 Definitions 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Qualification of Bidders 1-02.2 Plans and Specifications 1-02.4(2) Subsurface Information 1-02.5 Proposal Form 1-02.6 Preparation of Proposal 1-02.7 Bid Deposit 1-02.8(2) Lobbying Certification 1-02.9 Delivery of Proposal 1-02.11 Combination and Multiple Proposals 1-02.13 Irregular Proposals 1-02.14 Disqualification of Bidders 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids 1-03.3 Execution of Contract 1-03.4 Contract Bond 1-03.7 Judicial Review 1-04 SCOPE OF WORK 1-04.1(1) Bid Items Included in the Proposal 1-04.1(2) Bid Items Not Included in the Proposal 1-04.4 Changes 1-04.5 Procedure and Protest by the Contractor 1-04.6 Variation in Estimated Quantities 1-04.9 Use of Adjacent Properties 1-04.11 Final Clean Up 1-04.12 Off-Site Disposal 1-04.13 Disposal Within Wetlands 1-04.14 Special Contractor Indemnification Relating to Disposal 1-0S CONTROL OF WORK 1-05.3(1) Request for Information 1-05.4 Conformity with and Deviations from Plans and Stakes 1-05.4(1) Surveying 1-05.4(2) Staking 1-05.4(3) Conformance 1-05.4(4) Deviation 1-05.4(5) Preservation 1-05.4(6) Control Stakes 1-05.8 City's Right to Correct Defective and Unauthorized Work 1-05.10 Guarantees 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date 1-05.11(2) Final Inspection and Physical Completion Date 1-05.11(3) Operational Testing (APWA Only) 1-05.12 Final Acceptance 1-05.13 Superintendents, Labor and Equipment Contractor 1-05.14 Cooperation with Other Contractors 1-05.16 Water and Power 1-05.17 Oral Agreements 1-06 CONTROL OF MATERIAL 1-06.2(2) Statistical Evaluation of Materials for Acceptance 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally-Owned Land (State Department of Revenue Rule 171) 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land (State Department of Revenue Rule 170) 1-07.2(3) Services 1-07.6 Permits and Licenses 1-07.9(1) General 1-07.13(3) Relief of Responsibility for Damage by Public Traffic 1-07.13(4) Repair of Damage 1-07.14 Responsibility for Damage 1-07.15 Temporary Water Pollution/Erosion Control 1-07.15(2) Clearing Requirement 1-07.15(3) Protection of Clearing Areas 1-07.15(4) Inspection and Maintenance of TESCP Facilities 1-07.15(5) Additional Measures 1-07.15(6) Catch Basin Protection 1-07.15(7) Vehicle Maintenance and Storage 1-07.15(8) Failure to Perform TESCP 1-07.16 Protection and Restoration of Property 1-07.16(4) Archaeological and Historical Objects 1-07.17 Utilities and Similar Facilities 1-07.17(3) Utility Locations 1-07.17(4) Interference 1-07.17(5) Notification of Excavation 1-07.17(6) Site Inspection 1-07.18 Public Liability and Property Damage Insurance 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic 1-07.23(1)A Traffic Restrictions on the Contract Work 1-07.23(2) Construction and Maintenance of Detours 1-07.24 Rights of Way 1-07.26 Personal Liability of Public Officers 1-08 PROSECUTION AND PROGRESS 1-08 Pre-construction Conference 1-08.3 Progress Schedule 1-08.3(1)A Hours of Work 1-08.3(2)C Reimbursement for Overtime Work of City Employees 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.5 Time for Completion 1-08.6 Suspension of Work 1-08.7 Maintenance During Suspension 1-08.8 Extensions of Time 1-08.9(1) Liquidated Damages 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities. 1-09.9 Payments 1-09.9(1) Retainage 1-09.9(2) City's Right to Withhold Certain Amounts 1-09.9(3) Markup Limitations for Extra Work 1-09.11(3) Time Limitations and Jurisdiction 1-09.13 Final Decision and Appeal 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(2) Traffic Control Plans 1-10.2(3) Conformance to Established Standards 1-10.3(1) Traffic Control Labor 1-10.3(3) Construction Signs 1-10.4 Measurement 1-10.4(5) Traffic Control Labor 1-10.5 Payment 1-11 OTHER GENERAL REQUIREMENTS 1-11.1 Coordination of Work with City 1-11.2 Conformance to Requirements of King County 1-11.3 Road Maintenance 1-11.4 General Restoration 1-11.5 Landscape Restoration DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description 8-01.2 Materials 8-01.3 Construction Requirements 8-01.3(1) General 8-01.3(1)A Submittals 8-01.3(1)F Applicable Regulations and Criteria 8-01.3(1)G Water Quality Monitoring KENT STANDARD PLANS 5-30 STORM - Sample TESC Site Plan 1 Acre and Smaller KENT PARKS SPECIAL PROVISIONS The following Kent Parks Special Provisions modify and supersede any conflicting provisions of the 2014 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 ("Standard Specifications"). Otherwise all provisions of the Standard Specifications shall apply. All reference in the Standard Specification to the State of Washington, its various departments or directors, engineer, project engineer, or to the contracting agency, shall be revised appropriately to read City and/or City Representative except for reference to State statutes or regulations. 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 BYADDING THE FOLLOWING: 1-01.1 General When these Special Provisions make reference to a "Section", for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these 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 Mgal. Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.3 Definitions City Representative - The City of Kent's Representative who directly manages the administration of a construction project. Contract Documents - The Kent Parks Special Provisions modify and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Department of Transportation and the Washington Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications") as of the effective date of this contract. Otherwise all provisions of the Standard Specifications shall apply. All of these documents are a part of this contract. Each specification contains all current specifications applicable to a particular work and may include references which do not apply to this particular project. Also incorporated into the Contract Documents by reference are: 1. Standard Plans 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; Incidental Work - The terms incidental to the project, incidental to the involved bid item(s), etc., as used in the Contract Documents shall mean that the Contractor is required to provide the specified work complete and the cost of such work shall be incidental and included in the unit contract prices as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Owner - The City of Kent or its representative. Standard Plans - A set of specific plans or drawings developed and adopted by the City of Kent, which show frequently recurring components of work that have been standardized for use, hereinafter referred to as the "Standard Plans" or the "City of Kent Standard Plans". Standard Specifications - The Standard Specifications for this contract are contained in the following publications: 1. "Standard Specifications for Road, Bridge and Municipal Construction," current edition, prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations. 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code". 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above-listed documents, each document appearing on this list shall have priority over all documents, if any, listed below it. These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract as well as construction details. Responsibility for obtaining these publications rests with the Contractor. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED BY 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 Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsible 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"). SECTION 1-02.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-02.2 Plans and Specifications During the bidding process, any questions that may arise shall be directed to the City of Kent in writing. Answers to questions received, shall be in writing and sent to ALL Planholders. SECTION 1-02.4(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City make no representation of such conditions as they may pertain to this project. The Contract shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project and additional compensation therefore will not be allowed unless otherwise specified in this document. The soils information, if any, used for design of this project is available for review by the bidder at the following address: City of Kent Parks, Recreation & Community Services Department 200 Fourth Avenue South Kent, WA 98032-5895 SECTION 1-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-02.5 Proposal Form No verbal agreement or conversation with any officer, agent or employee of the city, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Any such verbal communication shall be considered as unofficial information and in no way binding upon the city. The Contracting Agency reserves the right to arrange the Proposal Forms with Alternates, Additives, or Deductives, if such be to the advantage of the Contracting Agency. The Bidder shall bid on all Additives, Deductives, or Alternates set forth in the Proposal Forms, unless otherwise specified in the Special Provisions, Instructions to Bidders, or Technical Specifications. SECTION 1-02.6 IS REVISED BY DELETING THE PARENTHETICAL REFERENCE, "(NOT WORDS),-IN THE SECOND PARAGRAPH AND BY ADDING THE FOLLOWING NEW SENTENCE AFTER THE WORD "CENTS."IN THE SECOND PARAGRAPH: 1-02.6 Preparation of Proposal All blanks in the proposal forms must be appropriately filled in, and all prices must be stated in both words and figures. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING AFTER THE SIXTH PARAGRAPH: If the scope of work includes street improvements, the bidder shall bid "Traffic Control Labor" at the fixed cost shown for that item on the bid document. The Contractor shall calculate the total amount based on this unit price. If the Contractor's bid differs from this specified amount, the City will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor's total bid amount. The City will use the corrected total bid amount for award purposes and to fix the amount of the contract bond. SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signatures. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK"AND "CASH". SECTION 1-02.8(2) IS REVISED BY DELETING THE LAST SENTENCE IN THE FIRST PARAGRAPH. SECTION 1-02.9 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT 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 1-02.11 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, or 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 sub-proposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a sub-proposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(h) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not pre-qualified when so required. 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 or pre-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 DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING; 1-03.1 Consideration of Bids The City of Kent also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A bidder who wishes to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the City Representative no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The City Representative will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest responsive, responsible Bidder. 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 three (3) original counterparts. The unsigned form of contract will be available for signature by the successful bidder on the first business day following award. Within ten (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 City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. The City of Kent expects to award this Contract at the regular scheduled City Council meeting to be held on August 18, 2015, with the Notice to Proceed being given on or about August 21, 2015, provided that all required contract documents, insurance and submittals have been properly executed and accepted by the City. Following the actual award, the City will schedule a pre-construction conference with the Contractor. No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the schedule provided in these special provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements if the Contractor is a sole proprietor or partner. If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The "Contract Bond" shall remain in force for one year following the "Final Acceptance Date" of the contract to insure contract defects during the one-year guarantee period in compliance with Section 1-05.10 (Guarantees). SECTION 1-03.7 IS REVISED BY REPLACING THE LAST SENTENCE WITH THE FOLLOWING: 1-03.7 Judicial Review Such review, if any, shall be timely filed in the Superior Court of King County, Washington, located in Kent, Washington. 1-04 SCOPE OF WORK SECTION 1-04.1(1) IS DELETED AND REPLACED BY THE FOLLOWING. 1-04.1(1) Bid Items Included in the Proposal The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete the work. The Contractor shall include all costs of doing the work within the total lump sum bid. SECTION 1-04.1(2) IS DELETED IN ITS ENTIRETY. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT PARKS SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE FOURTH AND FIFTH PARAGRAPHS. SECTION 1-04.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-04.5 IS SUPPLEMENTED BY DELETING THE 5TH PARAGRAPH IN THAT SECTION AND REPLACING IT WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the damages or change. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. SECTION 1-04.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-04.9 Use of Adjacent Properties Limits of construction are indicated on or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work, the Contractor shall file with the City Representative satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the City Representative with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the City Representative and shall not unreasonably encumber the premises with its materials. SECTION 1-04.11 IS SUPPLEMENTED BY INSERTING THE FOLLOWING SENTENCE AFTER THE FIRST SENTENCE IN THE FIRST PARAGRPPH: 1-04.11 Final Clean Up Finish and clean up shall be considered as incidental to the construction of the project, and the Contractor will include all finish and cleanup costs as part of the lump sum base bid. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED BY THE FOLLOWING ITEM: 2. The City's Representative will decide whether any or all unneeded excess material including oversized rock left from grading, surfacing or paving may be deposited in an approved location on the project site or disposed of off-site. Disposal of all excess material and debris shall be the sole responsibility of the Contractor. Disposal costs are incidental to the construction, and the Contractor shall include all costs attributable to disposal in the lump sum bid price. SECTION 1-04.11 IS SUPPLEMENTED BY ADDING THE FOLLOWING ITEM: 3. Any item that was to remain unaltered or undisturbed in the plans and specifications shall be restored to its original condition if it was altered or disturbed during construction. SECTION 1-04 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-04.12 Off-Site Disposal The Contractor shall dispose of all debris and materials only at an approved disposal site. The Contractor shall acquire all permits and approvals required for the use of the disposal site. A permit is required to fill within the City Limits of Kent. The cost of any such permits and approvals shall be included in the total lump sum bid price. The Contractor shall, if requested by the Contracting Agency, provide the Contracting Agency the location of all disposal sites to be used and also provide copies of the permits and approvals for such disposal sites. 1.04.13 Disposal within Wetlands Disposal of excess material within a wetland area will not be allowed without necessary permits and approval by the local agency with jurisdiction over the wetlands. Wetlands are defined as those areas inundated or saturated by ground or surface water at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions. Wetlands generally include lakes, rivers, ponds, swamps, marshes, bogs, and similar areas. 1-04.14 Special Contractor Indemnification Relating to Disposal The Contractor shall defend, indemnify and hold harmless the City from any damages that may arise from the Contractor's activities in making these disposal arrangements. Such indemnity shall be in accordance with Revised Code of Washington (RCW) 4.24.115, as amended. Any action required to satisfy any permit and/or any approval requirements in a contractor provided disposal site shall be performed by the Contractor at no additional expense to the City. 1-05 CONTROL OF WORK SECTION 1-05.3(1) IS REVISED BYADDING THE FOLLOWING: 1-05.3(1) Request for Information Time is of the essence in this contract. It shall be the Contractor's duty to thoroughly review the plans in advance to determine whether they will work in the field. Should the Contractor have the need for clarification, he will direct his question to the City's Representative in advance so that there is no delay in the execution of the work. In any event, the City shall be afforded at least Three (3) days to respond to any request for clarification and will not be liable for any casts attributable to delay unless the City fails to respond within the Three (3) day time period. Section 1-05.4 IS DELETED IN ITS ENTIRETY AND REPLACED WITH THE FOLLOWING: 1-05.4 Conformity with and Deviations from Plans and Stakes 1-05.4(i) Surveying The Contractor is responsible to retain a licensed surveyor to provide all surveying necessary for the work or for any structure. The Contractor shall include all costs for surveying in the total lump sum bid. 1-05.4(2) Staking The Contractor will lay out and set any construction stakes and marks needed to establish the lines, grades, slopes, cross-sections, and elevations in strict accordance with the contract documents. These stakes and marks will govern the Contractor's work. The Contractor shall take full responsibility for detailed dimensions, elevations, and slopes measured from them. 1-05.4(3) Conformance All work performed shall be in conformity with the lines, grades, slopes, cross sections, elevation data, and dimensions as shown in the plans. If the plans, Special Provisions, or these Specifications state specific tolerances, the work shall be performed within those limits. The City's decision on whether the work is in conformity shall be final, as provided in Section 1-05.1. 1-05.4(4) Deviation The Contractor shall not deviate from the approved plans and working drawings unless the Contracting Agency approves in writing. 1-05.4(5) Preservation The Contractor shall work to preserve benchmarks, monuments, and corners. The City will deduct from payments due the Contractor all costs to replace any permanent survey markers carelessly or willfully damaged or destroyed by the Contractor's operation. 1-05.4(6) Control stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and its subcontractors of their importance and of the necessity for their preservation. The cost of replacing such controls, should it become necessary for any reason whatsoever, shall be at the Contractor's sole expense. SECTION 1-05.5 IS DELETED IN ITS ENTIRETY. SECTION 1-05.8 IS DELETED AND REPLACED BY THE FOLLOWING; 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 City Representative, or fails to perform any part of the work required by the contract documents, the City Representative may correct and remedy such work as may be identified in the written notice, by such means as the City Representative may deem necessary, including the use of City forces. If the Contractor fails to comply with a written order to remedy what the City Representative determines to be an emergency situation, the City Representative may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have 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 City Representative, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct or 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 City Representative from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but 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 avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING 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 City Representative, in support of the City's effort to establish a list of corrective work required under the guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED BY 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 City Representative and request the City Representative to 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. 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 City Representative may also establish the Substantial Completion Date unilaterally. If, after this inspection, the City Representative concurs with the Contractor that the work is substantially complete and ready for its intended use, the City Representative, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the City Representative does not consider the work substantially complete and ready for its intended use, the City Representative will, by written notice, notify the Contractor giving the reasons for the City Representative's determination. Upon receipt of written notice 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 City Representative 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 City Representative establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for Final Inspections, the Contractor, by written notice, shall request the City Representative to schedule a Final Inspection. The City Representative will set a date for Final Inspection. The City Representative and the Contractor will then make a Final Inspection and the City Representative, 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 City Representative 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 City Representative 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 City Representative will notify the Contractor and the City, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion 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 City Representative 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 City Representative, so that the City Representative 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 City Representative. 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 documents. Operational and test periods, when required by the City Representative, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED BY THE FOLLOWING: 1-05.12 Final Acceptance The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be calculated. The following must occur before the final acceptance date can be established and the final contract price calculated. 1. The physical work on the project must be complete. 2. The Contractor must furnish all documentation (required by the Contract and required by law) necessary to allow the City to certify the Contract as complete. A Certificate of Completion for the work, signed by the City, will constitute acceptance of the work and shall establish the Final Acceptance Date, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor (or the subcontractor or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Moreover, the City in establishing the Final Acceptance Date, shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material. Failure of the Contractor to perform all of the contractor's obligations under the Contract shall not bar the City from unilaterally certifying the Contract complete and establishing the Final Acceptance Date so the City Representative may calculate a final contract price as provided in Section 1-09.9. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING IT 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. The City reserves the right to accept or reject the project manager or superintendent selected by the Contractor. 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 City Representative's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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. SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work. 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 as unofficial information and in no way binding upon the City, unless subsequently put in writing, and signed by the City Representative. 1-06 CONTROL OF MATERIALS SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED BY 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. SECTION 1-07.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally-Owned Land 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. SECTION 1-07.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land 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; sanitary 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 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 of Kent 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. SECTION 1-07.2(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.2(3) Services The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional, or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City of Kent has applied for the following permits: • SEPA Determination of Non-Significance • Shoreline Substantial Development Permit A copy of each permit and/or license obtained by the Contractor shall be furnished to the Contracting Agency. Approved permits shall be furnished to the Owner upon completion of the project and prior to final acceptance. Promptly notify the Owner in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification. If Contractor performs work knowing it to be contrary to such laws, ordinances, rules, regulations, and order and without such notice to the Owner, Contractor shall assume full responsibility therefore and shall bear all costs attributable thereto. SECTION 1-07.9(i) 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 I months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Governments adjust the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. SECTION 1-07.13(4) IS DELETED AND REPLACED BY 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 City Representative. Alternatively, the City Representative may elect to accomplish repair by City forces or 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. The Contractor shall not be reimbursed for costs of repairing such damage, nor for additional cost of delays occasioned by the need to repair. SECTION 1-07.14 IS REVISED BY DELETING THE THIRD, FOURTH AND FIFTH PARAGRAPHS AND ALTERING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY"OR "STATE" TO READ "CITY': SECTION 1-07.15IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.15 Temporary Water Pollution/Erosion Control This work consists of temporary measures as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the City Representative as work proceeds. This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, and other bodies of water. The Contractor shall be required to control pollution, erosion, and run-off by performing temporary work items. These items include but are not limited to: constructing or providing interceptor berms/ditches; check dams; filter fabric fencing; straw bale barriers; storm drain inlet protection; hydroseeding or hydromulching bare soils and any other installation of erosion control measures as shown on the Drawings or as directed by the City Representative. The Contractor shall begin by constructing and installing the new storm drainage system. See the Roadway Plan and Profile sheets as well as the TESCP sheets of the construction plans. This work must be completed before any other work can begin. The Contractor shall be responsible for the implementation of the TESCP facilities and construction, maintenance, replacement and upgrading of these facilities until all construction is approved. All cost for this work shall be paid for under the total lump sum bid. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall also incorporate the requirements in Section 8-01 of the Kent Parks Special Provisions as applicable. SECTION 1-07.15 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.15(2) Clearing Requirement The Contractor shall flag the boundaries of the clearing limits in the field as shown on the plans for approval by City Representative, prior to construction. 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 TESCP facilities shown on the construction plans must be constructed in conjunction with or prior to all clearing and grading activities, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. City Representative may require temporary control measures between work stages. 1-07.15(3) Protection of Clearing Areas Any area stripped of vegetation, including roadway embankments, where no further work is anticipated for a period of 24 hours, shall be immediately stabilized with the approved TESCP methods (e.g. seeding, mulching, fencing, erosion blankets, etc.). Grass seeding with fast germinating grasses alone will be acceptable only if left undisturbed for more than a minimum of six (6) weeks during the months of April through October inclusive, as approved by the City Representative. During the months of November through March inclusive, all project disturbed areas that are to be left unworked for more than 24 hours shall be covered by one of the following cover measures: mulch, sodding or plastic covering. Where seeding for temporary erosion control is approved, fast germinating grasses shall be applied at an appropriate rate (e.g. annual or perennial rye at approximately 80 pounds per acre). Should the area be disturbed due to storm events before sufficient grass growth, other measures will be required immediately to prevent erosion within that area. Where straw mulch for temporary erosion control is required, it shall be applied at a minimum thickness of 3 inches or 3,000 lbs./acre). 1-07.15(4) Inspection and Maintenance of TESCP Facilities For active areas, the Contractor shall inspect the TESCP facilities daily and maintain as necessary to ensure their continued functioning and operation. When the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the City Representative directs. For inactive areas the TESCP facilities sites shall be inspected and maintained a minimum of once a week or within 24 hours following a storm event or as the City deems necessary. This requirement also applies during winter shut down. 1-07.15(5) Additional Measures The TESCP facilities shown on the construction plans are the minimum requirements for anticipated site conditions. As construction progresses and unexpected seasonal conditions dictate and as the City requires, the Contractor should anticipate more TESCP measures. These additional measures may include additional sumps, relocation of ditches and silt fences, etc. These measures will be necessary to protect adjacent properties and i to meet water quality standards. These measures shall be paid for under the total lump sum bid price. It shall be the responsibility of the Contractor to notify the City at once of any TESCP deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the City Representative in order to resolve any problems that are occurring. The Contractor shall provide additional facilities, as directed by the City Representative over and above the minimum requirements outlined on the approved plans. All costs for materials and labor shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. Additional measures may be required to insure that all paved areas are kept clean daily for the duration of the project. 1-07.15(6) Catch Basin Protection All existing catch basins shall receive inlet protection of the appropriate type prior to clearing and grubbing. All traffic (IP1) catch basins as shown on the TESCP plans shall be fitted with "Siltsacks" by Atlantic Construction Fabrics, Inc. or an approved equivalent, to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the silt sacks on a regular schedule as recommended by the manufacturer or as directed by the City Representative. At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. All catch basins and conveyance lines shall be cleaned prior to paving. The cleaning operation shall not flush sediment-laden water into the downstream system. The interceptor berms/ditches (ID) that are shown on the TESCP plans shall initially be constructed to drain to the detention pond inlet at the low points along the edge of the roadway section during the roadway construction phase. Once the storm system has been completed and inlet protection installed, the storm water runoff can then be discharged into the new catch basins and storm system as shown on the TESCP plans. All non-traffic (IP2) catch basins shall be protected as detailed on sheet 82 of the plans. 1-07.15(7) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place adjacent to waterways. The storage shall be made 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 the dispensing area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. 1-07.15(8) Failure to Perform TESCP If the Contractor fails to install the required TESCP measures, or to perform maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, and costs for delays and down time shall be borne by the contractor. SECTION 1-07.16 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.16 Protection and Restoration of Property 1-07.16(4) Archaeological and Historical Objects It is national and state policy to preserve, for public use, historical and pre-historical objects such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific standpoint. Archaeological or historical objects, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the City Representative of any such finds. The City Representative will contact the archaeologist who will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. If the archaeologist determines that the material is to be salvaged, the City Representative may require the Contractor to stop work in the vicinity of the discovery until the salvage is accomplished. Loss of time suffered by the Contractor due to resulting delays will be adjusted in accordance with Section 1-08.8 (Extensions of Time). SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17 Utilities and Similar Facilities 1-07.17(3) Utility Locations Pursuant to RCW 19.122 which relates to underground utilities, the Contractor shall: 1. Call the utilities underground location center for field location of the utilities; and 2. Delay excavation until all known underground facilities in the vicinity of the proposed excavation have been located and marked. Location and dimensions shown on the Plans for existing facilities are made in accordance with available information without uncovering, measuring, or other verification. If a utility is known 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, then the Contractor shall give individual notice to that utility. 1-07.17(4) Interference The Contractor shall contact the abutting property owners and shall locate existing irrigation, electrical, and other utilities prior to working in the project limits. Not all private irrigation, electrical or other utilities are shown on the plans. Note that these private irrigation lines, etc. are not covered by the utilities underground location center (RCW 19.122). Using the utilities underground location center for utility locations shall not relieve the Contractor from responsibility for locating these utilities with the property owners and maintaining them in good working order. Even though the presence of underground utilities, including service lines, may be an interference or have the effect of slowing the contract work, the interference of such utilities shall not be deemed a changed or differing condition and shall not be allowed as a basis for extra compensation. 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 notify all owners of underground facilities, whether public or private, that 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 the areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined in detail the plans of such utilities provided to it by the City and all other affected utility companies or entities, whether public or private. The following list of utility companies known or suspected of having underground facilities within the area of the proposed work are supplied for the Contractor's convenience only; they are not intended to constitute a complete list of all affected utilities, nor do they represent any warranty or guarantee of their accuracy. 1. City of Kent 2. Puget Sound Energy 3. Century Link 4. Comcast SECTION 1-07.18 IS DELETED IN ITS ENTIRETY. 1-07.18 Public Liability and Property Damage Insurance: Refer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.23 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23 Public Convenience and Safety During non-working hours, equipment or materials shall not be within the safety zone unless protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barriers shall be permitted only if the City Representative approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and Contractor's employees' private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the City Representative has provided written approval. SECTION 1-07.23(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-07.23(1) Construction Under Traffic All the following requirements in this section shall also apply during non-working hours. To disrupt public traffic as little as possible, the Contractor shall: 1. Permit traffic to pass through the work with the least possible inconvenience or delay; 2. Maintain existing roads and streets within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. The Contractor shall also maintain roads and streets adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contractor on all projects. Cleanup of snow and ice control debris will be at the Contractor's expense; 3. Remove or repair any condition resulting from the work that might impede traffic or create a hazard; 4. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The City will continue the routine maintenance on such systems.) 5. Maintain the striping on the roadway. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the City Representative. When the scope of the project does not require work on the roadway, the City will be responsible for the striping; 6. Maintain existing permanent signing. Repair of signs will be at the City's expense except those damaged due to the Contractor's operations; 7. Keep drainage structures clean to allow for free flow of water; and 8. Confine construction operations to one side of the roadway at a time. SECTION 1-07.23(l) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-07.23(1)A Traffic Restrictions on the Contract Work Work determined by the City of Kent to affect traffic shall occur only between 8:30 a.m. and 3:00 p.m. or as approved by the City Representative. Contractor shall keep all traffic lanes and shoulders clear of equipment and materials during non-working hours. Contractor shall not keep equipment and materials stored within 12 feet from the edge of the traveled way, unless protected by permanent guardrail or concrete barrier. The Contractor's employees and agents shall not park private vehicles along the traveled way, median, or shoulders. Whether or not Contractor's forces are on site, upon request by the City Representative, the contractor shall immediately mobilize forces to place, at no further or additional cost to the City, any asphalt concrete pavement, cold plant mix, crushed surfacing and/or gravel base as requested. If the Contractor fails to comply, the City Representative may order the work done by others and deduct the cost from any monies due or to become due the Contractor. SECTION .1-07.23(2) IS REVISED BY DELETING THE FIRST SENTENCE AND REPLACING IT WITH THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours The Contractor shall submit a Traffic Control Plan that shall include a detour to the City Representative for approval. All signing shall conform to the current Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall allow two weeks for City Representative review. The TCP shall demonstrate how access is to be maintained to private properties at all times. Prior to closure, the Contractor shall contact all residents within the restricted area regarding the road closure, and to discuss their access and how it will be maintained. The Contractor shall contact the local police and fire departments to inform them of the detour and of work being done each day. All road approaches and street connections and driveways shall remain open to local and emergency traffic throughout the life of this project at no additional cost to the City. These requirements also apply to the non-working hours. 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 of Kent 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. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the City Representative certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. Whenever any of the work is accomplished on or through a property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the City of Kent from the owner of the private property. Copies of the easement agreements may be made available to the Contractor as soon as practical after they have been obtained by the City Representative. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the City, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. SECTION 1-07.26 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the City Representative, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to 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 BY INSERTING THE FOLLOWING PRIOR TO SECTION 1-08.1. 1-08 Pre-construction Conference Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the City Representative any conflict, error or discrepancy that the Contractor discovers for discussion. After the Contract has been executed, but prior to the Contractor beginning the work, a pre-construction conference will be held with the Contractor, the City Representative and any other interested parties that the City determines to invite. The purpose of the pre-construction 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 designate personnel representing the parties in the Contract. 4. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 5. To verify normal working hours for the work. 6. To review safety standards and traffic control. 7. To discuss any other related items that may be pertinent to the work. 8. To review Special Instructions. 9. To discuss conflicts, errors or discrepancies discovered by Contractor. The Contractor shall prepare and submit at the pre-construction meeting the following: 1. A price breakdown of all lump sum items (Schedule of Values). 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. A schedule of submittals. 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. A list of all subcontractors. SECTION 1-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 1-08.3 Progress Schedule. 1-08.3(1)A Hours of Work Also reference Section 1-07.23(1)A of the Kent Parks Special Provisions. Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor shall be any consecutive eight (8) hour period plus time for a lunch break between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Parks 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 pre- construction 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 City Representative for permission to work those times. These requests shall be submitted to the City Representative at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor'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. 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 City Representative 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 City Representative. These conditions may include, but are not limited to the following: requiring the City Representative or those assistants that the City Representative deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of City Representative salaries paid City employees who worked during these times; considering the work performed on Saturdays and holidays as working days with regard to the Contract Time. Assistants may include, but are not limited to, survey crews; personnel from the City's material testing lab; inspectors; and other City employees when, in the opinion of the City Representative, the Contractor's work necessitates their presence. Recognized holidays shall be as follows: New Year's Day (January 1), Martin Luther King Jr. Day (third Monday of January), Presidents Day (third Monday of February), Memorial Day (last Monday of May), Independence Day (July 4), Labor Day (first Monday of September), Veterans Day (11th day of November), Thanksgiving Day (fourth Thursday in November) AND the day immediately following, Christmas Day (December 25), and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees as a legal holiday. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent and its employees. SECTION 1-08.3(2)C IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.3(2)C Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the City Representative, The Contractor shall notify the City Representative at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts due or to become due the Contractor. SECTION 1-08.4 IS DELETED AND REPLACED BY THE FOLLOWING. 1-08.4 Notice to Proceed and Prosecution of the Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. The Contractor shall not commence the work until the Notice to Proceed has been given by the City Representative. The Contractor shall commence construction activities on the Project Site within ten 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. SECTION 1-08.5 IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS; DELETING THE FIFTH PARAGRAPH; AND ADDING THE FOLLOWING: 1-08.5 Time for Completion The entire project, including cleanup, shall be physically completed within the time set forth in the contract. Each calendar day, including Saturdays, Sundays, and holidays, shall be counted when computing the total contract time for completion. The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow time for such rainy periods of weather in the construction schedule. Rainfall or rainstorms will not be considered as a delay to the contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State or County disaster proclamation directly affecting the immediate project area. The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting (see Section 1-03.3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will then be awarded by the authorized City representative. Following the actual award, the City will schedule a pre-construction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed (see Section 1-03.3). If the Contractor fails to provide all properly executed insurance documents and contract documents to the City within the ten (10) calendar days stipulated above or if the Contractor delays in providing other required submittals which results in a delay to the Notice to Proceed date, the Contractor will not be granted a time extension. The Contract will be considered substantially complete when all lanes of the roadway are ready to be opened to traffic with all permanent pavement markings, barriers, illumination and signage complete. (See also Section 1-05.11(1)). If the Contractor does not achieve substantial completion within the specified contract time, the City will deduct from any money due or to become due to the contractor, the liquidated damages calculated from Section 1-08.9 for each day of delay. The Contractor shall submit to the City Representative, approvable shop drawings for the traffic signal poles within thirty (30) calendar days of the "Notice to Proceed" date. Once the shop drawings are approved, the Contractor shall provide to the City Representative, a traffic signal purchase order, indicating that the signal poles have been ordered and will be received in time to meet the project schedules. The contract time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the contract time, and Contractor is expected to plan for and make appropriate allowances when organizing its forces and scheduling the contract work. Moreover, during these periods, the Contractor should, to the full extent possible, continue to perform the contract work. SECTION 1-08.6 IS REVISED BY DELETING THE THIRD SENTENCE IN THE SIXTH PARAGRAPH AND REPLACING WITH THE FOLLOWING SENTENCE: 1-08.6 Suspension of Work If the Contractor contends damages have been suffered as a result of such suspension, delay, or interruption, the protest shall not be allowed unless the protest (stating, as near as possible, the amount of damages) is asserted in writing within ten calendar days from the date Contractor either knew or should have known of the existence of that claim for damages; moreover, Contractor shall neither deliver any protest asserting damages nor fail to clarify the exact amount of damages claimed in any previously delivered protest after the date of the Contractor's signature on the Final Contract Payment Certification. SECTION 1-08.7 IS REVISED BY DELETING ALL OF SECTION 1-08.7 EXCEPT THE FIRST PARAGRAPH, AND ADDING THE FOLLOWING NEW PARAGRAPH: 1-08.7 Maintenance During Suspension At no expense to the Contracting Agency, the Contractor shall provide through the construction area, a safe, smooth, and unobstructed pathway, trail, or roadway for public use during suspension (as required in Section 1-07.23 of the Kent Parks Special Provisions). This may include a temporary pathway, trail, or roadway or detour, subject to the approval of the City Representative. SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the City Representative 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 be the City Representative, the request shall be in sufficient detail (as determined by the City Representative) to enable the City Representative to ascertain the basis and amount of 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 re-sequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the City Representative, and such determination will be final as provided in Section 1-05.1. SECTION 1-08.9 IS REVISED BY DELETING THE THIRD SENTENCE OF THE FOURTH PARAGRAPH AND REPLACING WITH THE FOLLOWING SENTENCE: 1-08.9(1) Liquidated Damages For overruns in contract time occurring after the substantial completion date, the formula for liquidated damages shown above will not apply. 1-09 MEASUREMENT AND PAYMENT i SECTION 1-09.1 IS SUPPLEMENTED BYADDING THE FOLLOWING; 1-09.1 Measurement of Quantities Each truck hauling materials being paid for by weight shall bear a plainly legible identification mark or number. Duplicate tally tickets shall accompany each truck-load of material delivered to the project. Tally tickets furnished by the Contractor, subcontractor, by certified public weighmasters, or by suppliers at commercial plants shall include the information listed below for the material weighed. The following information shall be recorded on each item quantity ticket by the weighman or in the case of item (K), the truck driver: (a) Ticket serial number (this is already imprinted on the tickets). (b) Identification number of truck/truck trailer. (c) Date and hour of weighing. (d) Type of material. (e) 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. (f) Weighman's identification. (g) Item number. (h) Contract number. (i) Unit of measure. (j) Legal gross weight in Remarks section. (k) Location of delivery. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.9 Payments 1-09.9(1) Retainage There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of Chapter 60.28, RCW. At the option of the Contractor, the retained funds shall be: (a) Retained in a fund by the City; (b) Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; (c) Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the City Representative regarding the option chosen for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a final decision to place the monies retained in a fund by the City (Item (a) above). The Contractor in choosing option (a) or (b) agrees to assume full responsibility to pay all costs, which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Release of retained percentage will be made sixty (60) days following the Completion date (pursuant to RCW 39.12.RCW 39.76, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $35,000.00, a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage. 3. Affidavit of Wages Paid is on file with the City for the contractor and all Subcontractors regardless of tier (RCW 39.12.040). 4. As-built plans have been submitted to the Owner. In the event claims are filed, the contractor will be paid the retained percentage less an amount sufficient to pay any claims, together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. Retainage will not be reduced for any reason below the minimum limit provided and allowed by law. Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a "Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. 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: (a) The cost of defective work not remedied. II (b) Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. (c) Fees and charges of public authorities or municipalities. (d) Liquidated damages. (e) Engineering and inspection fees beyond completion date. 1-09.9(3) Markup Limitations for Extra Work When extra work is performed under an approved change order, the Contractor shall be limited to a total markup of 15% overhead/profit on direct cost of the work, including materials, labor (including employment taxes, fringe benefits), ownership or rental costs of the construction plant and equipment employed during the time of the extra work. No further markup shall be permitted to cover Contractor's costs for Bonding, small tools, insurance, trailer, superintendent and the like. The Contractor's subcontractor will also be limited to the same conditions. When extra work is performed as above by a subcontractor to the Contractor, the Contractor shall be limited to a 10% markup on the subcontractor's work. SECTION 1-09.11(3) IS DELETED AND REPLACED BY 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 Kent Division of the Superior Court of King County, 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. SECTION 1-09.13 IS DELETED AND REPLACED BY 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 Standard Specifications and any special provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the special provisions must be complied with, in full, 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 King County Superior Court located in Kent, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(2) Traffic Control Plans Whenever the Contractor intends to do work not explicitly covered by the Traffic Control Plans (TCP) provided in the Plans, or the TCP submitted by the Contractor and approved by the City's Traffic City Representative, then the Contractor shall submit a Supplemental Traffic Control Plan to the City for approval at least ten (10) calendar days in advance of the time the signs and other traffic control devices will be required. NO WORK SHALL BE PERMITTED WITHOUT A TCP APPROVED BY THE CITY REPRESENTATIVE. The approved TCP shall be on-site at all times and failure to obtain and adequately implement an approved TCP shall be cause for immediate action by the City Representative. SECTION 1-10.2(3) IS REVISED BY REPLACING THE FIRST PARAGRAPH WITH THE FOLLOWING: 1-10.2(3) Conformance to Established Standards Traffic Control Plans, flagging, signs, and all other traffic control devices furnished or provided shall conform to the standards established in the latest adopted edition of the "Manual on Uniform Traffic Control Devices" (MUTCD) published by the U.S. Department of Transportation, and the Modifications to the MUTCD for Streets and Highways for the State of Washington, except as modified by the more stringent requirements contained within the City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. Copies of the MUTCD can be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022. Modifications to the MUTCD for Streets and Highways for the State of Washington may be obtained from the Department of Transportation, Olympia, Washington 98504. City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, may be obtained from the City of Kent Public Works Department. The Contractor is responsible for obtaining and complying with all of these publications. SECTION 1-10.2(3) IS REVISED BY REPLACING THE LAST SENTENCE OF THE SEVENTH PARAGRAPH WITH THE FOLLOWING: 1-10.2(3) Conformance to Established Standards When a sign or traffic control device becomes classified as "not acceptable" it shall be replaced with an acceptable sign or traffic control device within 12 hours. SECTION 1-10.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(1) Traffic Control Labor The Contractor shall furnish all personnel for flagging, spotting, handling Class A and Class B and all other construction signs and other traffic control devices, for the execution of all procedures related to temporary traffic control, and for the initial installation, setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Vests and other high-visibility apparel shall be in conformance with Section 1-07.8. The hours eligible for "Traffic Control Labor" will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B of the Standard Specifications, performed by a Traffic Control Supervisor shall be paid as "Traffic Control Labor" per hour. SECTION 1-10.3(3)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.3(3)A Construction Signs No bid item will be provided in the proposal for Class A or Class B construction signs. Payment for Class A and Class B construction signs will be limited to the labor costs to the work described in Section 1-10.3(1) of the Special Provisions. All other costs for the work to provide Class A and Class B construction signs shall be included in the unit contract prices for the various bid items contained within the proposal. SECTION 1-10.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.4 Measurement 1-10.4(5) Traffic Control Labor Traffic Control Labor will be measured by the hour for each hour a person is actually performing the work described by Section 1-10.2(1), Section 1-10.2(1) A, Section 1- 10.2(1) B of the Standard Specifications, and Section 1-10.3(l) of the Kent Parks Special Provisions. Eligible hours for Traffic Control Labor under this item shall be limited to the hours the worker is actually performing the work as documented by the City Inspector's records, and upon the Contractor's Certified Payroll Records submitted to the City Inspector. When the Traffic Control Manager or Traffic Control Supervisor performs work as "Traffic Control Labor", measurement and payment shall be as specified for "Traffic Control Labor". SECTION 1-10.5 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PRIOR TO SECTION 1-10.5(1). 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: "Traffic Control Labor", per hour. The unit contract price per hour constitutes complete compensation for all costs for the labor provided for performing those construction operations described in Section 1- 10.2(1), Section 1-10.2(1) A, Section 1-10.2(1) B, and Section 1-10.3(1) of the Special Provisions 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 the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. When the proposal does not include a bid item for a specific bid item listed in the Standard Plans and/or the 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 bid items for traffic control are included in the 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 Transportation Engineer 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. DIVISION 1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-11 OTHER GENERAL REQUIREMENTS 1-11.1 Coordination of Work with City At least a three (3) business day notification shall be required on all requests for Engineering services other than inspection. All requests shall be coordinated with the City Engineer. All costs resulting from delays in which requests were not coordinated with the City Representative shall be the sole responsibility of the Contractor. 1-11.2 Conformance to Requirements of King County All work under this contract which is to be accomplished on right-of-way under the jurisdiction of King County shall be done in strict accordance with the requirements of that agency in accordance with any directive which may be issued by their representatives. See the project plans for description of project location, if any, located in King County. The Contractor shall be responsible for notifying King County as to when they intend to perform the work and to cooperate effectively with the County throughout the entire construction period. In general, traffic shall not be detoured or restricted in any way except by authorization of the County. The City has a franchise and permit to construct the project as shown on the plans. It will be the responsibility of the Contractor to comply with any special requirements of the permit. Bidders shall determine the requirements of King County for construction of utilities on the rights-of-way before submitting a bid. 1-11.3 Road Maintenance Until accepted in writing by the City Representative, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the City Representative. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the City Representative, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the street clean, the Contractor shall perform removal operations on a more frequent basis. If the City Representative determines that more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the City Representative, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the City Representative may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the City Representative may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the City Representative choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. 1-11.4 General Restoration The Contractor shall restore to a condition equal to the original condition improvements as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, -traffic signal loops, landscaping, lawns, trees, buildings and foundations, piping systems, septic tanks and drain fields, public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown on the plans or not. Also see Sections 1- 07.16 and 1-07.17 of the City of Kent Special Provisions. Payment for the above said work including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items unless a specific bid item is included in the proposal. 1-11.5 Landscape Restoration Restoration of landscaping shall be performed by a qualified landscape gardener whose principal business is this type of work. The name and qualification of the landscape gardener shall be submitted to the City Representative for approval prior to beginning of construction. Particular care shall be exercised to see that the topsoil is preserved and replaced in its original location. It shall be the Contractor's responsibility to strip such topsoil from the trench or construction area, and stockpile it in such a manner that it may be replaced by him, upon completion of construction, or to furnish and install new topsoil in accordance with Section 9-14 of the Standard Specifications. Topsoil shall be defined four (4) inches of soil in lawn and planted areas. Trees and shrubbery shall be carefully removed with the earth surrounding their roots, wrapped in burlap and replanted in their original positions within four (4) days. Trees and shrubbery removal and transplanting will be done only by a landscape gardener. Ornamental trees or shrubbery destroyed or damaged by the Contractor, whether in public or private property shall be replaced by the Contractor with material of equal quality and no additional compensation will be allowed for such replacement. NOTE: Those trees indicated on the plans as non-restorable are not required to be restored. As such, said trees shall be marked by the City Representative prior to the construction. Wherever it may be necessary for the Contractor to trench through any lawn areas, the sod shall be carefully cut and rolled and properly replaced after ditches have been water settled or otherwise properly compacted. Should the existing sod be deemed unsuitable for reuse, the Contractor shall supply and install new sod. All work shall be done in a manner calculated to leave the lawn area clean of earth and debris and in a condition equal to that which existed before work was started. Payment for this work includes all labor, materials, tools and equipment and shall be incidental to the contract work and all related costs shall be included by the Contractor in the total lump sum bid. 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 Parks 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 Parks 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) SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3 Construction Requirements 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. 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 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. KENT 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 5-30 Sample TESC Site Plan 1 Acre and Smaller TECHNICAL SPECIFICATIONS I SECTION 02050 DEMOLITION PART 1-- GENERAL 1.01 GENERAL Provide all labor, materials, and equipment necessary to demolish existing asphalt pavement as indicated on the demolition plan. 1.02 RELATED WORK DESCRIBED ELSEWHERE A. Related work in other sections of these Specifications includes but is not limited to: 1. CLEARING, GRUBBING, EXCAVATING 1.03 PROTECTION A. Notify utilities serving property. Call for utilities locate at least 48 hours prior to start of work. Make sure that active services have been properly disconnected and/or capped where conflicts may occur. B. Exercise extreme care to prevent damage to existing trees and roots. Contractor shall reimburse City for damages to trees according to the American Society of Arboricultural Standards. C. All Temporary Erosion Control shall conform to Division 8 of Kent Special Provisions, plans, and Kent Standard Construction Detail STORM 5-30. PART 2--PRODUCTS 2.01 MATERIAL AND EQUIPMENT A. As required for work involved. SECTION 02050 DEMOLITION PART 3--EXECUTION 3.01 GENERAL A. Contractor is hereby advised to take all lawful and prudent precautions against unauthorized entry to the work area. The Green River Trail will be kept open as much as possible. Contractor shall post signs stating that the site is a construction area, with appropriate safety warnings. 3.02 PAVEMENT AND CURBS A. Provide straight clean cuts and maintain integrity of pavement and curbs to remain. Saw cut asphalt to be removed as shown on drawings. B. Maintain surfaces as cut until replacement of new pavement is complete. 3.03 PAVEMENT REMOVAL A. Remove pavement to allow placement of topsoil for seeding. Ease grades after removal to meet and match adjacent grades. 3.04 CRUSHED ROCK MAINTENANCE ROAD REMOVAL A. Remove crushed rock to sufficient depth to add 6" compacted top soil (to 85% compaction) for seeding. 3.05 IRRIGATION BOX REMOVAL A. Remove 9 unused irrigation boxes from construction limits. Regrade the immediate area to match surroundings. Restore with topsoil and seed. 3.06 TREE REMOVAL A. Remove 32" diameter Cottonwood Tree as shown on the plan. Remove roots or stump necessary to complete base course and asphalt for trail. Leave remainder of the root structure and/or stump if possible for bank stabilization. 3.07 BOLLARD REMOVAL A. Remove existing bollard as indicated on plans. SECTION 02050 DEMOLITION 3.08 DISPOSAL A. Do not leave site in a dangerous or unsound condition at end of workday. B. Remove and dispose of all materials off-site unless otherwise noted on the drawings. Obtain approval of local governmental authority for off-site disposal sites. Contractor to make every effort to recycle materials. Do not bury materials on-site. C. No on-site burning will be permitted. END OF SECTION SECTION 02110 CLEARING, GRUBBING, EXCAVATING PART 1 — GENERAL 1.01 DESCRIPTION Work includes but is not limited to furnishing all labor, equipment, and materials necessary for the removal of vegetation and dirt in order to complete construction. 1.02 PRODUCTS AND EQUIPMENT Use products and equipment required in order to complete the work. 1.03 EXECUTION A. Clearing shall be the removal and disposal of all unwanted material from the surface including trees, brush, and stumps, within the limits shown. B. Grubbing shall be the removal and disposal of all unwanted vegetative matter from underground including trees, sod, roots, burned logs. Grubbing shall be to a minimum depth of twelve inches (12") C. Excavation shall consist of the removal of soil material required to grade project features to plan (asphalt trail, crushed rock trails, concrete pads) D. Contractor shall be responsible for disposal of all materials from clearing and grubbing and pay for all costs associated with disposal. E. Only trees designated for removal on the plans will be removed. All other trees will be protected. PART 2 — PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION SECTION 02161 SAND DRAIN TRENCHES 02621 PART 1—GENERAL 1.01 GENERAL A. The work includes constructing a sand drain trench along the Green River Trail, where shown on the plans. 1.02 STANDARD SPECIFICATIONS A. Work concerned with trench excavation and placement of sand media and geotextile shall conform with the latest edition Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation, unless otherwise indicated herein. B. The Contractor shall have one copy of the Standard Specifications and Standard Plans at the job site. C. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. 1.03 RELATED WORK DESCRIBED ELSEWHERE A. Related work in other sections of these Specifications includes but is not limited to: 1. Clearing, Grubbing, Excavating 2. Topsoil 3. Seeding PART 2--PRODUCTS 2.01 SAND A. Sand shall conform with the requirements for washed sand as specified below. Sieve Size Percent Passing # 4 100% # 8 95-100% # 16 85-100% # 30 50-75% # 60 0-30% l I # 100 0-10% # 140 0-5% # 200* 0-2% # 270` 0-1% 2.02 Filter Fabric A. Filter Fabric shall conform with the requirements of of Section 9-33 of the WSDOT Standard Specifications for high survivability and underground drainage. PART 3—EXECUTION 3.01 GENERAL A. The Contractor shall restore any areas disturbed by construction activities to match preconstruction conditions. B. The Contractor shall continue to mow grass in all areas of the grass field repair until the grass is established as directed by Owner's Representative. C. The Contractor shall ensure that the Green River Trail remains clean and free from construction debris and sediment at all times. D. The Contractor shall submit a staging plan to be approved by the City of Kent prior to start of construction. E. The work zone shown in the plans is approximate. The Contractor shall submit a staking plan to be approved by the City of Kent prior to start of construction. 3.02 TRENCH EXCAVATION A. Base course shall be placed and compacted in conformance with Section 4-04.3 of the WSDOT Standard Specifications, except that the base course shall be compacted to 95% of the maximum dry density as determined in accordance with ASTM D 1557. 3.03 SUBGRADE PREPARATION A. The existing trench subgrade shall be prepared by ripping or plowing at least twice in perpendicular directions to a depth of 12 inches. B. The Contractor shall take steps necessary to prevent compaction of the subgrade during construction activities, such as using light equipment and placing steel sheets over vehicle paths to distribute loads. 3.04 SAND PLACEMENT A. Sand shall be placed and compacted in 12 inch lifts to achieve a uniform 85% maximum compaction throughout the entire depth of the drain section. 3.05 TOPSOIL PLACEMENT A. Topsoil shall be rake finished to smooth surface prior to seeding. No rocks or soil clumps larger than 2 inches in any direction are to remain. The finished grade is to be smooth and continuous in all directions with no undulations or ruts. The finish grade shall be approved by the City of Kent prior to seeding. If the Contractor proceeds with seeding prior to approval of the finish grade, the City may require the entire restoration area be re-raked and reseeded at no additional cost to the City of Kent. END OF SECTION SECTION 02230 BASE COURSE PART 1—GENERAL 1.01 GENERAL A. The work includes constructing crushed aggregate base course beneath all new pavement for the Green River Trail, and beneath concrete pads for picnic tables and benches. 1.02 STANDARD SPECIFICATIONS A. All work shall conform with the latest edition Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation, unless otherwise indicated herein. B. The Contractor shall have one copy of the Standard Specifications and Standard Plans at the job site. C. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. PART 2--PRODUCTS 2.01 BASE COURSE A. Base course shall conform with the requirements for top course and base course as specified in Section 9.03.9(3) of the WSDOT Standard Specifications. PART 3—EXECUTION 3.01 BASE COURSE A. Base course shall be placed and compacted in conformance with Section 4-04.3 of the WSDOT Standard Specifications, except that the base course shall be compacted to 95% of the maximum dry density as determined in accordance with ASTM D 1557. END OF SECTION SECTION 02609 CONCRETE PAVING PART 1 — GENERAL 1.01 DESCRIPTION OF WORK Work in this section includes furnishing all materials, labor, equipment, and incidentals necessary to prepare, place, and finish concrete flatwork around benches, picnic tables, and trash receptacles. 1.02 RELATED WORK SPECIFIED ELSEWHERE SECTION 02230 — BASE COURSE CO3 QUALITY ASSURANCE A. Contractor shall stake layout location for all paving and surfacing on the site for approval by the City of Kent representative prior to construction. B. Testing and analysis of concrete will be performed as required by the Owner. 1.04 PROTECTION A. Do not place concrete during rain, unless adequate protection is provided and approval is obtained. Any concrete damaged by rain shall be removed and replaced by the Contractor at no additional expense to the Owner. B. Place no concrete when ground is frozen or when temperature is expected to fall below 45 degrees Fahrenheit within 72 hours of pour. PART 2 — PRODUCTS 2.01 CONCRETE All concrete shall have a compressive strength of 2,500 psi at 28 days with a maximum slump of four inches. All concrete shall be air-entrained. A. Cement Portland cement shall conform to the requirements of ASTM Designation C 150, Type ll. B. Aggregates Concrete aggregates shall conform to the requirements of ASTM Designation C 33. Maximum size to be %". i SECTION 02609 CONCRETE PAVING C. Water The water used in the concrete mix shall be clear and free from injurious amounts of oil, salts, acid, alkali, organic matter, or other deleterious substances. D. Air entrainment agents shall conform to ASTM C-260. Use three percent (3%) to five percent (5%) maximum air entrainment. Daren, Sika, or approved equal. 2.02 REINFORCEMENT A. Wire mesh: 6" X 6" X 10 G.A. X 10 G. A. for use in all concrete flatwork. 2.03 EXPANSION JOINTS A. Premolded asphalt expansion joints, 3/8" thick. 2.04 BASE COURSE A. Five-eights inch (5/8") minus crushed rock. PART 3 - EXECUTION 3.01 CONCRETE A. Notification Give minimum of 48 hours notification prior to placing concrete. B. Ready-Mix Concrete Ready-mix concrete shall be batched at a central batching plant and transit-mixed in truck mixers, in accordance with the requirements of ASTM Designation C 94. Batching weights of all ingredients per cubic yard shall be furnished by the Contractor when so requested. The total elapsed time between introduction of mixing water to the batch and placing the concrete shall not exceed sixty minutes. C. Job-Mixed Concrete Any concrete mixed at the job site shall be mixed in a power operated, rotary batch mixer, with hoppers and controls permitting accurate measurement by weight of all materials. All such equipment and procedures shall be subject to approval. SECTION 02609 CONCRETE PAVING D. Concrete Consistency Concrete shall be of a consistency suitable for satisfactory placement. Slump for concrete shall be as specified above. The water-cement ratio shall be maintained to produce concrete of the strength specified. E. Placing Concrete Place concrete only after all preparations for placing have been made by the Contractor and when the layout and installation of forms and reinforcements have been approved by the Owner. Rate of concrete placement shall not exceed rate at which the various placing and finishing operations can be performed in accordance with these specifications. 3.02 SUBGRADE A. Prepare subgrade according to Section 02230 of these specifications. Compact subgrade to 95% maximum dry density prior to placement of crushed rock base course. 3.03 BASE COURSE A. Install 5/8" minus crushed rock base course to four-inch compacted depth, finish grade, and compact to 95% maximum dry density. 3.04 CONCRETE FORMWORK A. Place forms to conform with shapes, lines and dimensions shown on drawings. Hold lines plumb, straight and true. Make forms tight to prevent leakage. Forms previously used shall be thoroughly cleaned of all dirt, mortar, and foreign matter before being used. Piecing form boards with narrow battens or scabs, to compensate for insufficient board width shall not be permitted. B. Forms shall be held rigidly in place by steel stakes and shall be of sufficient strength to resist springing out of shape during the placing of concrete. Clamps, spreaders, and braces shall be used where required to ensure rigidity of the forms. C. All inside surfaces of forms shall be thoroughly coated with non-staining form oil of a type as approved, per manufacturer's directions. D. Leave forms in place for sufficient length of time to insure rigidity and safety of construction. E. Steel stakes will have a safety cap while being used on site. i SECTION 02609 CONCRETE PAVING 3.05 CONCRETE FINISHING A. Prior to removal of face forms, the top surfaces shall be finished true to grade by means of straightedge float. Distribute concrete as required to remove surface irregularities and refloat repaired areas to provide a continuous, smooth finish. Grade tolerance shall be within 1/8" in ten feet as determined by a ten-foot straightedge placed anywhere on the slab in any direction except at grade changes. B. Control Joints Control Joints shall be '/4" width by 'W depth saw cut. Control Joints shall be placed per plans: C. Finishes 1. Broom Finish entire slab area (as shown on plan as asphalt paving); medium broom finish 2. 2" smooth trowled edge around all slab edges. 3.06 CURING A. Cover with an approved reinforced paper, plastic film, or clear membrane curing compound. All concrete shall be cured for at least seven days after placing. 3.07 WORKMANSHIP A. Work shall be done in a thorough manner, producing first class work in all respects. Provide uniform dense concrete of required strengths with uniform homogeneous color. Where concrete is to be exposed, correct all imperfections of material and workmanship to provide finished appearance specified. 3.08 REPLACEMENT OF NON-CONFORMING WORK A. Any concrete not formed as indicated or which is not in alignment or in compliance with grading tolerances specified herein shall be removed and replaced by the Contractor at his expense. Surfaces which show excessive shrinkage, cracks, or improper curing shall be removed and replaced by the Contractor at his expense. Paving shall be free of puddles and "birdbaths". Defined here as any depression '/2" in depth from the bottom of a 10' straightedge anywhere on the pavement. SECTION 02609 CONCRETE PAVING 3.09 CUTTING AND PATCHING A. Employ skilled and experienced installer to perform cutting and patching. B. Submit written request and obtain approval of Landscape Architect in advance of cutting or altering elements which affects: 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight-exposed elements. 5. Work of Owner or separate contractor. C. Execute cutting, fitting, and patching (including excavation and fill) to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed work. 3. Remove and replace defective and nonconforming Work. 4. Remove samples of installed Work for testing. D. Execute work by methods which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E. Cut rigid materials to provide smooth, crisp edges. F. Restore Work with new Products in accordance with requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. END OF SECTION SECTION 02612 ASPHALT CONCRETE PAVEMENT PART 1-GENERAL 1.01 DESCRIPTION A. The work includes constructing asphalt concrete pavement for the Green River Trail as indicated on the drawings. 1.02 STANDARD SPECIFICATIONS A. All work shall conform to the 2014 Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation, unless otherwise indicated herein. 1.03 RELATED WORK A. Coordinate related work and requirements specified in other parts of the contract documents, including but not limited to the following: Section 02230 - BASE COURSE 1.04 SUBMITTALS A. Submit sieve analysis from a certified testiing laboratory showing conformance to the sieve sizes listed and sample of crushed rock material (1/2 cubic foot). B. Submit composite data sheets on sterilant. PART 2-PRODUCTS 2.01 ASPHALT CONCRETE A. Asphalt concrete shall be Class B with aggregate conforming to Section 9- 03.8 and asphalt AR-4000W conforming to Section 9-02.1(4)A of the WSDOT Standard Specifications. Asphalt percentage of the total mixture shall be 5.0 to 7.5 percent. SECTION 02612 ASPHALT CONCRETE PAVEMENT 2.02 TACK COAT A. Tack coat shall be emulsified asphalt Grade CSS-1 or CSS-1 h. The emulsified asphalt may be diluted with water at a maximum ratio of 1:1. 2.03 SEALER A. AR 4000 joint sealer, or approved equal. 2.04 CRUSHED ROCK A. Top and Base Course Five-eighths (5/8") inch minus top course shall meet the requirements as outlined in Section 9.03.9(3) of the Standard Specifications, and used under Class B asphalt where shown on the plans. B. Compacted Depth: See detail. 2.05 SOIL STERILANT A. Casaron pre-emergent herbicide, or approved equal. PART 3--EXECUTION 3.01 SUBGRADE A. Prepare subgrade in conformance with Section 02230. Obtain approval of subgrade prior to placing crushed rock. 3.02 CRUSHED ROCK A. Construct crushed surfacing for A.C. base in accordance with Section 4-04 of the Standard Specifications. 3.03 SOIL STERILANT A. Apply sterilant herbicide with sprayer in accordance with manufacturer's recommendations over crushed rock base of SECTION 02612 ASPHALT CONCRETE PAVEMENT asphalt. The Owner shall be notified 24 hours in advance of application of sterilant. Apply sterilant to specified areas only, and under no circumstances shall it be sprayed on other areas. 3.04 ASPHALT A. All Paving: Construct in accordance with Section 5-04 of the Standard Specifications. B. Obtain approval of crushed rock base course prior to paving. 3.05 JOINT SEALING A. Seal butt joints between new and existing paving. END OF SECTION SECTION 02820 TOPSOIL PART 1—GENERAL 1.01 RELATED DOCUMENTS Drawings, General Provisions of the Contract and Division — 1 Specifications sections, apply to this section. 1.02 WORK IN THIS SECTION A. Section includes: 1. Soil amendments 2. Soil preparation 3. Preparation and finish grading of planting and lawn areas 4. Mulching B. Substitutions: Substitute products will be considered on an item by item basis by the Owner and/or Owner's Representative. 1.03 RELATED WORK IN OTHER SECTIONS A. The following Sections contain requirements that may relate to this Section: 1. Section 02230 — Base Course 2. Section 02921 -- Seed 1.04 REFERENCES A. Washington Department of Ecology, Western Washington Stormwater Manual, BMP T5.13; Post-Construction Soil Quality and Depth B. WAC Chapter 173-350, Definitions and Section 220 C. Washington Department of Ecology, Interim Guidelines for Compost Quality, Publication #94-38 D. United States Department of Agriculture (USDA) Soil Texture System of Classification 1.05 SUBMITTALS A. Make submittals in accordance with Section 01300 as applicable. B. Samples: Submit samples of all soil amendments. Include a list of sources and certification as specified. Soil amendments shall be submitted in one-gallon containers. SECTION 02820 TOPSOIL C. At the time of Post-Construction Inspection, furnish copies of material verifications such as load tickets, invoices, sales slips, test results and similar items as specified. 1.06 QUALITY ASSURANCE A. Qualifications of Contractor: The Contractor shall be active and experienced in work of the typed specified, and upon request by the Owner and/or Owner's Representative, be able to show evidence of successful completion of projects of similar scope. B. Regulatory Requirements: Obtain and pay for all permits and testing related to the work of this section. C. Pre-Grading Inspection: In conjunction with the soil preparation specified herein, meet with the Owner and/or Owner's Representative to discuss and verify requirements, schedule and proposed soil preparation methods. 1.07 GUARANTEE Guarantee: Guarantee materials and workmanship for a period of one-year following Owner's final acceptance. 1.9 SEQUENCING AND SCHEDULING A. Coordinate work of other trades specified elsewhere. B. Do not perform soil preparation work in areas subject to the subsequent work of other sections, unless approved otherwise. C. Perform work in accordance with the approved schedule specified in paragraph 1.5 SUBMITTALS. If a schedule delay greater than three days occurs, immediately revise and resubmit schedule to reflect each schedule delay. 1.10 MAINTENANCE Maintain the work as specified in this section until final acceptance of the work. PART 2—PRODUCTS 2.01 COMPOST A. Composted material must be in compliance with DOE Interim Guidelines for Compost Quality, Grade A/WAC Chapter 173-350 Section 220; plus the following additional requirements. SECTION 02820 TOPSOIL B. Additional Requirements: 1. The carbon to nitrogen ratio of the compost shall be below 25:1 or below 35:1 if the proposed plantings are composed entirely of plants native to the Puget Sound Lowlands region. 2. The compost shall have an organic matter content of 35% to 65% as determined by "loss on ignition" test method. C. Alternative organic materials may be used in lieu of the specified compost if they meet the criteria for carbon to nitrogen ratio, contaminants (as defined in WAC Chapter 173-350 Section 220/WDOE Interim Compost Quality Guidelines for Class A Compost), and when mixed with existing native soil can achieve a calculated organic content of 5% for turf areas or 10% for planting beds. D. Submit one-gallon sample, source and letter of certification from the supplier to the Owner and/or Owner's Representative for approval prior to installation. 2.02 MULCH A. Specified compost, or fine ground freshwater bark, or stockpiled forest duff from the project site. B. Submit one-gallon sample, source and letter of certification from the supplier to the Owner and/or Owner's Representative for approval prior to installation. 2.03 IMPORTED TOPSOIL A. Topsoil shall be a mixture of Pacific Garden Mulch 25% and Loamy Sand 75% screened through a ''/2" screen and meeting the following sieve: Sieve Size Percent Passing W square 100% U.S. No. 10 80% U.S. No. 30 65% U.S. No. 60 25% U.S. No. 100 15% U.S. No. 200 5% B. Submit one-gallon sample, source and letter of certification from the supplier to the Owner and/or Owner's Representative for approval prior to installation. SECTION 02820 TOPSOIL PART 3—EXECUTION 3.01 INSPECTION AND VERIFICATION A. Pre-Grading Inspection: Prior to the commencement of site work, contact the Owner and/or Owner's Representative to provide an inspection to verify the delineation and protection of native soils and vegetation to remain in place, and to verify the proposed location for topsoil and material stockpiling. Make corrections and adjustments as directed by the Inspector. B. Interim Grading Inspection: Prior to the placement of soil amendments, contact the Owner and/or Owner's Representative to provide an inspection to verify that specified erosion control methods have been implemented, the location of stockpiled soil and materials, and that subgrades are consistent with the project plans. Make corrections and adjustment as directed by the Inspector. C. Post-Installation Inspection: Prior to planting, contact the Owner and/or Owner's Representative to provide an inspection to verify that the placement of amendments and soil preparation is consistent with the project plan. Provide delivery tickets for soil amendments to verify the quantity of material. Make corrections and adjustment as directed by the Inspector. D. Secondary Verification for Failing Sites: If the Inspector determines that the installation does not meet the conditions of the project plans, corrections and adjustments will be made as directed by the Inspector. 3.06 FINAL ACCEPTANCE AND PAYMENT Final acceptance and payment for soil preparation will be contingent on the approval of all inspections, and that the soil preparation is consistent with the project plans. END OF SECTION SECTION 02870 SITE FURNISHINGS PART 1 — GENERAL 1.01 DESCRIPTION OF WORK Work in this section includes furnishing all materials, labor, equipment, and incidentals necessary to install site furnishings per the plans, details, and these specifications including: A Benches B. Picnic Tables C. Trash Can 1.02 RELATED WORK SPECIFIED ELSEWHERE SECTION 02609—CONCRETE PAVING 1.03 QUALITY ASSURANCE A. Before proceeding, Contractor shall verify all locations and dimensions and report in writing to the City representative any deviation or conflicts between drawings, specifications and site conditions. Extra work arising from failure to do so shall be at the Contractor's expense. 1.04 SUBSTITUTIONS A. No substitutions are allowed unless reviewed and accepted by Landscape Architect. PART 2 — PRODUCTS 2.01 MANUFACTURERS A. Benches provided by owner, installed by contractor. B. Trash Receptacle provided by owner, installed by contractor. C. Picnic Tables provided by owner, installed by contractor. SECTION 02870 SITE FURNISHINGS PART 3 — EXECUTION 3.01 GENERAL A. Locate all site improvements in accordance with the drawings, details, and specifications. 3.02 TRASH RECEPTACLES A. Locate per plans and details. Coordinate with paving. Set level and plumb in concrete footing according to manufacturer's recommendations. 3.03 BENCHES A. Locate per plans and details. Coordinate with paving Set level and plumb in concrete footing according to manufacturer's recommendations and/or details. 3.04 PICNIC TABLES B. Locate per plans and details. Coordinate with paving Set level and plumb in concrete footing according to manufacturer's recommendations and/or details. 3.04 CLEAN UP A. Return all adjacent surfaces and improvements impacted by site equipment installation to their original conditions. END OF SECTION SECTION 02900 TREE PLANTING PART 1—GENERAL 1.01 SECTION INCLUDES A. Work includes but is not limited to providing labor, equipment, and materials necessary for planting trees, re-establishing finish grade of landscaped areas after planting, maintenance until final acceptance, and guarantee and replacement. 1.02 RELATED SECTIONS A. Coordinate related work and requirements specified in other parts of the Contract Documents, including but not limited to the following: SECTION 02820 —Top Soil 1.03 REFERENCES A. Refer to the following standards: 1. WSDA Washington State Department of Agriculture—Ornamental Evergreen and Deciduous Plants, Nursery Stock Standards (Order No. 1229, 1230, 1321, 1322) 2. American Standard for Nursery Stock, Current Edition 3. Sunset Western Garden Book, Current Edition 4. Hortus Third, Cornell University 1.04 QUANTITIES A. Quantities. Determine exact amounts from Drawings and Plant List. 1.05 SUBMITTALS A. Submit the following: 1. Notification: Within ten (10) days after the award of Contract, submit documentation that plant materials have been ordered, purchase order number, and sample of each plant species. 2. Fertilizer: Composite data sheet. i SECTION 02900 TREE PLANTING 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver as required. Protect all plant material from harm. Deliver fertilizers in original unopened containers, each bearing manufacturers guaranteed analysis. Heal-in all rootballs if not planted the same day as delivered. B. Acceptance at Site: Owner (City Arborist) will inspect all plant material upon delivery. Notify Owner 48 hours prior to delivery. C. Protection prior to installation: Protect from sun and drying winds from beginning of digging, during transporting, and on site. D. Handle and protect plants, roots, rootballs, and tips to prevent plant injuries. Pick up all plants from the rootball or container, not the trunk. E. Immediately remove unsatisfactory materials from site. 1.07 PROJECT SITE CONDITIONS A. Environmental Requirements: Plant during periods normal for optimum growth, as determined by season, weather conditions, and accepted practice. You may conduct planting operations under unseasonable conditions, without additional compensation, by accepting full responsibility for subsequent resulting losses. B. Underground Conditions: 1. Locate utility lines and underground obstructions to avoid damage during excavation. 2. Repair and replace damaged buildings, equipment, underground utilities, irrigation equipment, paving, surfacing, and other work damaged as a result of your operations. 1.08 SEQUENCING AND SCHEDULING A. Coordinate ordering of materials immediately following award of contract. Ensure that specified sizes and quantities are furnished. Contact Owner immediately if size, quantity or species is unavailable. 1.09 WARRANTY A. Warranty period for all plant material and associated work shall be one year from the date of Owner's acceptance. SECTION 02900 TREE PLANTING 1. Guarantee Replacement: Acceptance of sample plants does not constitute acceptance of all plants. Final acceptance of plants shall occur at Owner's acceptance of the completed project. a. Plant Materials: Warrant to be healthy and thriving. b. Remove and replace immediately during the Guarantee Period: Dead, diseased, dying, broken, or missing plant materials (except as noted below). Use specified plants and plant as specified; guarantee until acceptable, active, healthy growth is evident. C. When required replacement time falls during non-planting season, you may request Owner's permission to defer planting until proper season. If granted, immediately remove dead plants, including roots, from site. d. Backfill pits properly with native fill dirt. Finish grade and leave in acceptable condition until proper planting season occurs. Replace with plants of same kind and size as those originally planted. Plant as originally specified. e. Contractor is not responsible to replace plants during the Guarantee Period, which were stolen, vandalized, or accidentally damaged by human activity. PART 2—PRODUCTS 2.01 MATERIAL—GENERAL A. Comply with quality assurance provisions, references, specifications, and manufacturer's data. 1. Plant Materials: Meet or exceed following reference standards for quality, size, and condition: a. Washington State Standards for Nursery Stock: Order No. 1627. b. ANSI Z60.1-1980: Nursery Stock C. American Joint Committee of Horticultural Nomenclature: Standardized Plant Names 2. Fertilizer: Conform to referenced FS O-F-24D, Commercial Fertilizers and WSDA Laws. SECTION 02900 TREE PLANTING B. Topsoil: Use the same topsoil for lawn areas and pit planting backfill. See Section 02820. C. Mulch: `Pacific Garden Mulch" available through Pacific Topsoils, 1-800-884-7645 D. Fertilizer: Agriform 20-10-15 planting tablets for planting pits. E. Miscellaneous Materials: 1. Stakes for staking trees: 2" diameter BCV Lodgepole tree stakes. 2. Guying/Staking Wire: No. 10 or 12 gauge wire unless shown otherwise. 3. Staking and Guying Hose: Two-ply, reinforced garden hose 1/2" or 5/8" diameter. F. Plant abbreviations (see Drawing for plant list): B&B balled and burlapped S small BR bare root M medium Br branches L large Cal caliper EXL extra large Cont container NCN no common name Dia diameter oc on-center Gal gallon tri-spaced triangular spaced PART 3—EXECUTION 3.01 INSPECTIONS A. Obtain approval from Owner prior to spreading topsoil and planting. Do not plant until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Field Measurements: Verify actual layout in relation to drawings: Make adjustments as required by Owner or work of other trades. In grouped planting areas, follow specified distances on center rather than estimated number of plants, be it a larger or smaller quantity. B. Plant Locations: After placement of topsoil, stake tree locations for acceptance by Owner. Make required field adjustments as directed. Avoid obstructions such as irrigation equipment. C. Protect the public, adjacent properties, surfaces, and surrounding areas to prevent harm during work of this section. SECTION 02900 TREE PLANTING 3.03 INSTALLATION: Install the work in accordance with References and Specifications. 3.04 SOIL CONDITIONS A. Verify existing soil conditions for contaminants that may have been discarded by other trades, such as concrete slurry. Report findings immediately to Owner before placing topsoil. 3.05 NOTIFICATION OF ADVERSE CONDITIONS A. Notify Owner of adverse drainage conditions affecting plant growth. 3.06 FINISH GRADING A. Finish grades and obtain approval of Owner before you start planting. Finish grades shall be smooth and shall be flush with the top of walks and paving or as detailed for tree planting in hard surfaced areas. Allow for added mulch in individual plantings as specified. 3.07 PLANTING A. Preparation 1. Before backfilling, soak dry rootballs. 2. Prune broken roots ''/z° or greater in diameter. Make clean cuts. 3. Plant when plan materials are available and weather conditions are consistent with good horticultural practices. B. Sequence: 1. Plant trees 2. Prepare finish grade. C. Plant Pits: 1. Dig pits and plant according to details. 2. If you encounter clay soil or unusual conditions likely to be detrimental to new plantings, notify the Owner immediately. 3. Remove unsuitable material excavated from plant holes and dispose of it legally off project site. 4. Install plants with POSITIVE drainage away from rootball, unless otherwise noted. SECTION 02900 TREE PLANTING D. Trees and Shrubs: Hold plant in center of hole, approximately two-inches (2") above normal growing position and backfill approximately halfway. 1. Backfill to within five-inches (5") of finish grade; fill hole with water and allow to settle. 2. Backfill to finish grade. 3.08 MULCHING A. Before installing mulch, obtain approval of Designated Authority of planting areas, grades, soil depths, and plant locations. B. Provide uniform four-inch (4") mulch layer material as specified over cleaned and graded subsurface. 3.09 FINAL INSPECTION: Remove defective materials; and install new materials, as specified. Furnish in same variety and current size of existing healthy plant materials, subject to one-year guarantee beginning at the date of final acceptance by Owner. Remove all weeds. 3.10 CLEANING A. Sweep paving clean. Leave installations properly planted, clean, and orderly; premises free from scattering and other residue of work. Leave site neat and clean at the end of each working day. 1. Remove and legally dispose off-site items as excess earth, clippings, trimmings, leaves, litter, and debris resulting from work of this section. 2. Rake planting areas to an even, fine grade. Wash hard surfaces clean. 3. Remove flag labels from plants. 4. Neatly dress and finish landscaping areas. END OF SECTION SECTION 02921 SEEDING PART 1—GENERAL 1.01 DESCRIPTION This work includes seeding of the lawn area by hydroseeding. 1.02 SUBMITTALS A. Seed analysis of the seed shall be submitted by the Contractor, prior to planting, including the percent of pure seed, germination, other crop seed, inert and weed, and the germination test date. All crop seed in excess of one percent must be itemized. B. Fertilizer Certification: Submit copies of all invoices for all fertilizer showing the grade furnished. C. Schedule: Maintenance shall be continuous until the project as a whole is accepted. PART 2—PRODUCTS 2.01 SEEDING A. Grass Seed Material: 1. Seed. The seed mixture and rate of application shall be as follows: 2. a. Seed Mix Kind and Variety of Seed in Mixture Percent by Weight Turf-type Perennial Rye (2 or more 50% varieties) Chewings Fescue 30% Hard Fescue 20% b. Seeding Rate The rate of application shall be 6 pounds per 1000 square feet. 3. c. Seed Quality The seed mixture shall be no less than 98% pure, and shall have a minimum germination rate of 90%, and contain less than 1.5% inert material. No noxious weeds SECTION 02921 SEEDING will be permitted. Seed shall be certified grown in Washington, Oregon, or Idaho and tagged with the information required below. 4. Grade Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification", current edition. 5. Package and Labels Seed shall be furnished in standard sealed containers and shall include the following information: 1. Common name of seed 2. Name of variety, when applicable 3. Lot number 4. Net weight 5. Percentage of purity 6. Percentage of germination 7. Percentage of weed seed content and inert material clearly marked for each kind of seed in accordance with applicable state and federal law. 8. Germination test date 6. Noxious Weed Seed All seed shall be free of seeds of weeds listed as primary noxious by the Washington State Seed Law. Seeds shall not contain seeds of weeds listed as secondary noxious by the Washington State Seed Law, singly or collectively in excess of the labeling tolerance specified by the Washington State Seed Law. 7. Reference Specifications Chapter 15.49, Washington State Seed Law. B. Fertilizer 1. For Incorporation with all Seeding: Use a 10-20-20 fertilizer with the following characteristics: a. Type and Application Rates: Fertilizers shall be applied in a form and at a rate recommended by a Certified Agronomist or Soil Scientist, based on soil analysis by an independent accredited laboratory. SECTION 02921 SEEDING b. Slow-Release Nitrogen: A minimum 50% of nitrogen fertilizer shall be applied in a slow- or controlled-release form; such as sulfur- or polymer- coated urea, IBDU, trinitromethane (Nitroform), or organic forms. c. Package and Labeling: All fertilizers shall be furnished in standard sealed and unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, and in accordance with State and Federal law. d. Submittals: The contractor shall submit to the Landscape Architect for approval at least 5 working days in advance, an analysis of the proposed fertilizer, a 5 pound sample, and Manufacturer's Certificate of Compliance indicating all Specifications are met. 2. For Use After The First Mowing or For All Reseeding: Use a 6-2-4 fertilizer with the following characteristics: The following shall contain the following per ton: Nitrogen shall be totally derived from miloganite (1,020 lbs.) and 38% urea formaldehyde (160 Ibs.). Phosphoric acid shall be derived from miloganite. Potash shall be derived from sulfate of potashmagnesia. The fertilizer shall contain 4% magnesium, 3% iron, and 5%sulphur. 2.02 MULCH FOR HYDROSEEDING Mulch: Wood cellulose fiber. PART 3—EXECUTION 3.01 HYDROSEEDING A. Seeding After finished grading is complete and approved, apply seed, fertilizer and mulch in one operation by an approved hydroseeder which utilizes water as the carrying agency and maintains a continuous agitator action that will keep seed and fiber in a homogeneously mixed slurry until pumped from tank. Distribution and discharge lines must be large enough to prevent stoppage and must be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. All spill over on equipment, pavement, trees, etc. shall be immediately cleaned off. i SECTION 02921 SEEDING B. Rates: 1. Seed-6.9 lbs. per 1,000 square feet. Use pre-germinated seed only. 2. 10-20-20 fertilizer-15 lbs. per 1,000 square feet. 3. Mulch-2,000 lbs. per acre. 3.02 MOWING All grass shall be mowed a minimum of three times before acceptance. The first mowing shall occur when the grass first reaches two (2") inches in height and then be mowed to a height of one and one half inches (1 %Z"). Mowing shall continue on a weekly basis thereafter until all the grass areas or the project as a whole is accepted by the Project Manager. Mowing shall be done with a reel-type mower on soft pneumatic wheels. NOTE: Slopes that are steeper than 3:1 may be mowed with a rotary mower. 3.03 MAINTENANCE (ALL AREAS) The maintenance of all seeded areas shall include watering and mowing. Maintenance shall continue until the project is accepted. 3.04 RESEEDING OF BARE OR SPARCE AREAS (ALL AREAS) Reseed and fertilize with a 6-2-4 at a rate of four hundred pounds (400 lbs.) per acre, all areas failing to show a uniform stand of grass after germination of seed, or damage through any cause before final acceptance. The Contractor shall be responsible for protecting and maintaining all areas and continue to fertilize with 6-2-4 or Ammonium Sulfate at three-week intervals at levels and type of fertilization as prescribed by the Project Manager. 3.05 INSPECTION AND SUBSTANTIAL COMLETION After completion of all seeding, the post-planting fertilization that follows the first mowing, and two subsequent mowings, the Project Manager will review the planted areas for adequacy. Areas not fully germinated with uniform stand of grass, or areas damaged through any other cause prior to this inspection shall be reseeded, as herein specified at the Contractor's expense. "Uniform stand of grass" is defined as a complete cover of lush, thriving, green grass with no bare spots larger than 1 square inch. It must be emphasized the acceptance may occur after three mowings, but only when all of the other conditions of this project have been completely met. If the grass is not accepted after the three mowings, maintenance and weekly mowing shall continue until SECTION 02921 SEEDING acceptance. This additional maintenance may include disease control, special fertilizers, etc. END OF SECTION Page 1 of 17 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: 7/16/2015 Count . _ .. Tra..�.� de Job Classification Waee Holiday Overtime Noted King Asbestos Abatement Workers Journey Level $42.67 5D 1 H King Boilermakers Journey Level $64.291 5E iC King Brick Mason Brick And Block Finisher $44.46 5A 1M ,King Brick Mason Journey Level $51.321 5A M King Brick Mason Pointer-Caulker-Cleaner $51.32 5A IM n King Building Service Employees Janitor $21.29 5S 2E King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 55 2F Scaffold) jKing Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C f King Carpenters Bridge, Dock And Wharf $52.32 5D 4-C Carpenters ;King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C Ii King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M 1 King Divers £t Tenders Diver $105.37 5D 4C 8A 'King Divers a Tenders Diver On Standby $59.50 5D 4C King Divers & Tenders Diver Tender $54.821 5D 4C [Mg Divers @ Tenders Surface Rcv 8 Rov Operator $54.82 5D 4C IKing Divers 8 Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender t! King Dredge Workers Assistant Engineer $54.75 5D 3F [King Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F t ;King Dredge Workers Boatmen $54.75 5D 3F King Dredge Workers Engineer Welder $55.79 5D 3F 7/16/2015 Page 2 of 17 <King Dredge Workers Leverman, Hydraulic r$26.59 5D 3F ;King Dredge Workers Mates 5D 3F ;King Dredge Workers Oiler 5D 3F ?King Drywall Applicator Journey Level 5D 1H ,King Drywall Tapers Journey Level 5P 1E !King Electrical Fixture Maintenance Journey Level 5L 1E Workers € :King Electricians - Inside Cable Splicer $66.76 7C 4E 'King Electricians - Inside Cable Splicer (tunnel) $71.671 7C 4E F King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E ?;King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians • Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E [King Electricians - Motor Shop Craftsman $15.37 1 :King Electricians - Motor Shop Journey Level $14.69 1 lKing Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction jKing Electricians - Powerline Groundperson $43.62 5A 4D I Construction jKing Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator {King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction ,King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.671 7D 4A King Elevator Constructors Mechanic In Charge $89.401 7D 4A rKing Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1R Products Work Only _ [ {King Fence Erectors Fence Erector $15.18 1 King Flamers Journey Level $36.171 7A 31 jl King Glaziers Journey Level $54.91 7L 1y King. Heat 8 Frost Insulators And Journeyman $61.18 5J 1$ t i Asbestos Workers I Vng Heating Equipment Mechanics Journey Level $70.37 7F 1E King Hod Carriers Ft Mason Tenders Journey Level $44.00 7A 31 j 'King Industrial Power Vacuum Journey Level $9.47 1 7 Cleaner ;King Inland Boatmen Boat Operator 1 $54.571 5B 1K King Inland Boatmen Cook 1 $50.95 5B 1K 7/16/2015 Page 3 of 17 King Inland Boatmen Deckhand $51.191 5B I jKing Inland Boatmen Deckhand Engineer $52.18 5B 1 K ;King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B IK King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31,49 1 Of Sewer Ft Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Head Operator $24,91 1 Of Sewer Ft Water Systems By Remote Control ;King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Ft Water Systems BV Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 I Of Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $52.321 5D 4C King Ironworkers Journeyman $61.621 7N 10 IKing Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed (King Laborers Airtrac Drill Operator $44.00 7A 3j King L&orers Ballast Regular Machine $42.67 7A 31 i 11 IKing Laborers Batch Weighman $36.17 ZA 31 u IKing Laborers Brick Pavers $42.67 7AV31 .King Laborers Brush Cutter $42.67 7A King Laborers Brush Hog Feeder $42.67 7A King Laborers Burner $42.67 7AKing Laborers Caisson Worker $44.00 7AKing Laborers Carpenter Tender $42.67 7A l King Laborers Caulker $42.67 7A 31 p King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.671 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 j King Laborers Chipping Gun (under 30 Lbs,) $42.67 7A 31 King Laborers Chipping Gun(30 Lhs. And $43.46 7A 31 ! Over) King Laborers Choker Setter $42.67 7A 31 'King Laborers Chuck Tender $42.67 7A 31 j King Laborers Clary Power Spreader $43.46 7A 31 King Laborers Clean-up Laborer $42.67 7A 31 ;King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42.67 7A 31 fKing Laborers Concrete Placement Crew $43.46 7A 31 jKing Laborers $43.46 7A 31 8 i 7/16/2015 Page 4 of 17 i Concrete Saw Operator/core Driller ;K ni g Laborers Crusher Feeder $36.17 7A 31 :King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking & $42.67 7A 31 j Moving (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.001 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) ;King Laborers Dry Stack Walls $42.67 7A 31 King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 j King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller 8 Bucker Chain Saw $43.46 7A 31 gKing Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.171 7A 31 jKing Laborers Form Setter $42.67 7A 31 f ,King Laborers Gabian Basket Builders $42.67 7A 31 ?King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker£t Transit $44.00 7A 31 r! Person King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.671 7A 31 King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 j Ong Laborers Hazardous Waste Worker $44.00 7A 31 k (level A) j King Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King Laborers Hazardous Waste Worker $42.67 7A 31 (level C) King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 j King L orers Laserbeam Operator $43.46 7A 31 j King Laborers Maintenance Person $42.67 7A 31 ;King Laborers Manhole Builder-mudman $43.46 7A 31 `King Laborers Material Yard Person $42.67 7A 31 "':King Laborers Motorman-dinky Locomotive $43.46 7A 31 ''King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air & Water On Concrete 8 Rock, Sandblast, Gunite, I Shotcrete, Water Bla f King Laborers IPavernent Breaker $43.46 7A 31 1 7/16/2015 Page 5 of 17 King L4horers Pilot Car $36.17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 t King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Reiner $43.46 7A 31 ,King Laborers Pipe Wrapper $43.46 7A 31 King Laborers Pot Tender $42.67 7A 31 King Laborers Powderman $44.001 7A 31 King Laborers Powderman's Helper . $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 j King Laborers Raker - Asphatt $44.00 7A 31 !King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 'King Laborers Rigger/signal Person $43.46 7A 31 ' ;King Laborers Rip Rap Person $42.67 7A 31 kj King Laborers Rivet Buster $43,46 7A 3( King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 ±King Laborers Sloper (over 20") $43.46 7A 31 King Laborers Sloper Sprayer- $42.67 7A 31 King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper 8 Similar Electric, Air $43.46 7A 31 Ft Gas Operated Tools G King Laborers Tamper (multiple & Self- $43.46 7A 31 I propelled) Wng Laborers Timber Person - Sewer $43.46 7A 31 (tagger, Sharer If Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A it iKing Laborers Track Laborer $42.67 7A 31 [Ming Laborers Track Liner (power) $43.46 7A 31 King Laborers Traffic Control Laborer $38.681 7A 31 SR King Laborers Traffic Contro[ Supervisor $38.68 7A 31 8R p King Laborers Truck Spotter $42.67 7A 31 ;King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 8S Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 Worker 30.01.44.00 psi ,King Laborers Tunnel Work-Compressed Air $73.70 7A 31 8�( Worker 44.01.54.00 psi , ]King Laborers Tunnel Work-Compressed Air $79.40 7A 31 Worker 54.01-60.00 psi 7/16/2015 Page 6 of 17 IKing Laborers Tunnel Work-Compressed Air $81.52 7A 31 Worker 60.01.64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 AQ Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A 31 8�C Worker 68.01.70.00 psi t King Laborers Tunnel Work-Compressed Air $90.52 7A 31 BQ Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 8�( i Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 Tender IKing Laborers Tunnel Work-Miner $44.10 7A 31 8� ',King Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 x IKing Laborers Watchman $32.87 7A 31 =King Laborers Welder $43.461 7A 31 IKing Laborers Well Point Laborer $43.461 7A 31 I! IKing Laborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer I}Topman $42.67 7A 31 Et Water IKing Laborers - Underground Sewer Pipe Layer $43.46 7A 31 Et 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 $52.32 5D 1H King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) 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) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 F King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 'King Modular Buildings Electrician $11.56 1 k ,King _ Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 IKing Modular Buildings Toot Maintenance $11.56 1 J King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $52.57 5D 4C King Plasterers Journey Level $50.42 7C 1R 7/16/2015 i Page 7 of 17 King Playground Ft Park Equipment Journey Level $9.47 1 Installers King Plumbers 0 Pipefitters Journey Level $74.691 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.971 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.751 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C I Concrete ;King Power Equipment Operators Bobcat $51.97 7A 3C 8P King Power Equipment Operators Brokk- Remote Demolition $51.97 7A 3C 8P Equipment lKing Power Equipment Operators Brooms $51.97 7A 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.751 ZA 3C 8P King Power Equipment Operators Compressor $51.971 7A 3C SP It King Power Equument Operators Concrete Pump: Truck Mount $55.24 ZA 3C 8P With Boom Attachment Over 3 42 M 'King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P a Screed King Power Equipment Operators Concrete Pump -Mounted Or $54.33 7A 3C BP Trailer High Pressure Line Pump, Pump High Pressure. ;King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P j With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P 9 Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150'Of Boom P (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under King Power Equuoment Operators Cranes: Friction 100 Tons $56.36 7A PKCThrough 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A8P King Power Equipment Operators Cranes: Over 300 Tons Or 309 $56.92 7A8P I Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3c 8P it 7/16/2015 Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons _ King Power Equipment Operators Crusher $54.75 7A 3c 8P King Power Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) jKing Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P a King Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P j Or Crane Mount `King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P ;King Power Equipment Operators Elevator And Man-Lift: $51.97 7A 3C 8P l Permanent And Shaft Type ;King Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco Et Similar Equipment =,King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments 'King Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc ;King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P i kKing Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P lKing Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P i Locator :King Power Equipment Operators Horizontat/directional Drill $54.75 7A 3C SP i Operator l King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P Cl 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P j Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P l l Over : King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards tKing Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A43C8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7AKing Power Equipment Operators Loaders: Elevating Type Belt $54.33 7AKing Power Equipment Operators Locomotives, All $54.75 7AKing Power Equipment Operators Material Transfer Device $54.75 7AKing Power Equipment Operators $55.79 7A 7/16/2015 Page 9 of 17 I Mechanics, All (leadmen - j $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3c 8P I finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C ji� Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution &Mulch Seeding Operator j King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P 9 Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane; $54.75 7A 3C 8P 20 Tons Through 44 Tons ;King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 ZA 3C 8P Tons And Over ,'King Power Equipment Operators Overhead, Bridge Type; 45 $55.24 7A 8P Tons Through 99 Tons ;King Power Equipment Operators Pavement Breaker $51.97 7A [t3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A8P Mount) King Power EquipmenCOperators Plant Oiler - Asphalt, Crusher $54.33 7A8P King Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.241 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment I King Power Equipment Operators Rigger And Bellman $51.971 7A 3C 8P King Power Equipment Operators RoRagon $55.24 7A 3C 8P u King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials ?King Power Equipment Operators Roto-mill, Roto-grinder $54.75 ZA 3C SP N ][King Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $54.33 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C SP Yards And Over 'rKing Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P j King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P 7/16/2015 Page 10 of 17 !King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. lKing Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons ?King. Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons V 'King Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 9 Metric Tons 'King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $55.24 7A 3C 8P Screedrnan 'King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C SP I' Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P " Truck Type King Power EquipmenfOperaEors Trenching Machines $54.33 7A 3C 8P !King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P Conveyor King Power Equipment Operators Welder $55.24 7A 3C 8P f King Power Equipment Operators Wheel Tractors, Farman Type $51.971 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P ;King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer E:Water I King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer Et Water Concrete 'King Power Equipment Operators- Bobcat $51.97 7A 3C 8P '? Underground Sewer E Water King Power Equipment Operators- Brokk- Remote Demolition $51.97 7A 3C 8P Underground Sewer Et Water Equipment '.King Power Equipment Operators- Brooms $51.97 7A 3C 8P - a Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer Ft Water i 7/16/2015 Page 11 of 17 King Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P y Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer a Water With Boom Attachment Over 42 M ;'King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Underground Sewer a Water Screed p King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 Z 3C 8P Underground Sewer a Water Trailer High Pressure Line Pump, Pump High Pressure, King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C 8P ti Underground Sewer&Water ,King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer a Water Tons With Attachments 'King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer a Water Tons, Or 150' Of Boom j (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer a Water Or 259 Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer a Water Tons, Under 150'Of Boom (including Jib With Attachments) is King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P j Underground Sewer a Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer a Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P ! Underground Sewer a Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 2P Underground Sewer a Water Attachments A-frame Over 10 Tons [King Power Equipment Operators- Crusher $54.75 7A 3C 8P �! Underground Sewer a Water I King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P fj Underground Sewer a Water (power) 1 King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P 4 Underground Sewer a Water C, }King Power Equipment Operators- Dozers D-9 a Under $54.33 7A 3C 813 Underground Sewer It Water 0 7/16/2015 Page 12 of 17 King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer 8 Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer Fx Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type iKing Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer Ft Water And Gamaco 8 Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P Underground Sewer 8 Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P p Underground Sewer Ft Water With Attachments !King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P ; Underground Sewer 8t Water :King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer ft Water !King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P h Underground Sewer Ft Water Articulating Off- Road Equipment 45 Yards. Ft Over 'King Power Equipment Operators- Hard Tait End Dump $54.75 7A 3C 8P Underground Sewer @ Water Articulating Off-road Equipment Under 45 Yards s King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C SP Underground Sewer It Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer Ft Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer Et Water 10 Tons ;King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. 8: $55.79 7A 3C 8P Underground Sewer 8: Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer Ft Water But Not Including 8 Yards :King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A F3C8P Underground Sewer Ft Water Yards ;King Power Equui ment Operators- Loaders, Plant Feed $54.75 7ASP tUnderground Sewer Ft Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A8P Underground Sewer 8 Water f King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer Et Water rKing Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Mechanics, Alt (teadmen - $55.79 7A 3C 8P „ Underground Sewer a Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P >! Underground Sewer Et Water finishing 7/16/2015 Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing 'King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer 8:Water Tunnel Drill, Boring, Road 1 Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 88P 3 Underground Sewer Et Water Distribution &Mulch Seeding i Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8E l' Underground Sewer Ft Water Manlifts), Air Tuggers,strato 'King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer Ft Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer Ft Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer &Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P v Underground Sewer Et Water jl King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P f Underground Sewer 8:Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer 8;Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C BP Underground Sewer B Water jKing Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Pumps - Water $51.97 ZA 3C SP !j Underground Sewer 8:Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To j Boom King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer£t Water Rubber Tired Earth Moving h Equipment King Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P i Underground Sewer 8 Water ;King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Mutti-lift $54.33 7A 3C 8P l Underground Sewer 8 Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer 8:Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8#3C8P P Underground Sewer Ft Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7AUnderground Sewer 8:Water 45 Yards.iKing $54.33 7A 7/16/2015 Page 14 of 17 Power Equipment Operators- Scrapers - Concrete a Carry k Underground Sewer a Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P k Underground Sewer a Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P I' Underground Sewer a Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer Ft Water Tractors Under 15 Metric Tons. h ;King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer a Water Over 30 Metric Tons To 50 Metric Tons 'King Power Equi[)ment,Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 2 Underground Sewer Ft Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer a Water Over 90 Metric Tons ,'King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P € Underground Sewer a Water King Power Equipment Operators- Spreader, Topsider a $55.24 7A 3C 8P Underground Sewer$Water Screedman ;King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer &Water Height, Base To Boom :King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P 'i Underground Sewer a Water Height Base To Boom ;King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer a Water Truck Type a King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer a Water jKing Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P l Underground Sewer 8 Water Under 10p Tons ?� King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer a Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer a Water .King Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P Underground Sewer a Water !King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer a Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A } Trimmers s 7/16/2015 Page 15 of 17 !King Power Line Clearance Tree Spray Person $43.38 5A I 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45,75 5A 4A Trimmers a King Power Line Clearance Tree Tree Trimmer $40.84 5A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics IKing Residential Brick Mason Journey Level $51.32 5APlF King Residential Carpenters Journey Level $28.20 King Residential Cement Masons Journey Level $22.64 King Residential Drywall Journey Level $40.14 5DApplicators King Residential Drywall Tapers Journey Level $52.37 5P King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 7L 1H 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 N pKing Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Mefitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F I Workers King Residential Soft Floor Layers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C ZR (Fire Protection) King Residential Stone Masons Journey Level $51.32 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M y King Residential Terrazzo/Tile Journey Level $21.46 1 Finis e s I King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F I King Shipbuilding Et Ship Repair Boilermaker $39.82 7M I King Shipbuilding Et Ship Repair Carpenter $39.24 7T 2B_ King Shipbuilding Et Ship Repair Electrician $40.16 7T 4B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $61.18 5J 1S 'King Shipbuilding Et Ship Repair Laborer $40.19 7T 4B King Shipbuilding Et Ship Repair Machinist $40.18 7T 4B King Shipbuilding Et Ship Repair Operator $40.11 7T 4B I 7/16/2015 Page 16 of 17 King Shipbuilding Et Ship Repair Painter $40.16 7T 4B King Shipbuilding 6 Ship Repair Pipefitter $40.111 7T 4B King Shipbuilding @ Ship Repair Rigger $40.19 7T 4B 3King Shipbuilding Et Ship Repair Sheet Metal $40.14 7T 4B ;King Shipbuilding Et Ship Repair Shipfitter $40.19 7T 4B j( King Shipbuilding Et Ship Repair Trucker $40.03 7T 46 King Shipbuilding & Ship Repair Warehouse $40.08 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers 8 Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Ft Installers Sign Maker $21.36 1 (Electrical l i King Sign Makers Et Installers (Non- Sign Installer $27.28 1 ELectrica King Sign Makers & Installers (Non- Sign Maker $33.25 1 a Electrical King Soft Floor Lavers Journey Level $42.41 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X j Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $51.32 5A 1M d. King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor IK ni g Surveyors Chainman $53.81 7A 3C SP ;King Surveyors Construction Site Surveyor $55.24 7A 3C 8P jKing Telecommunication Journey Level $22.76 1 Technicians ;King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside jKing Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside !King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B j Outside jKing Telephone Line Construction . Special Aparatus Installer 1 $36.96 5A 2B k Outside King Telephone Line Construction - Special Apparatus lnsta4er 11 $36.19 5A 2B Outside King Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) 'King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside N 7/16/2015 Page 17 of 17 !King Telephone Line Construction Television $25.89 5A 2B Outside Lineperson/Installer ]King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside 1King Telephone Line Construction - Tree Trimmer $34.34 5A 2B h Outside !King Terrazzo Workers Journey Level $46.96 5A 1M f !King Tile Setters Journey Level $21.65 1 g !King Tile, Marble Et Terrazzo Finisher $37.79 5A 1B Finishers 'King Traffic Control Stripers Journey Level $43.11 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L s WA-Joint Council 28) j ;King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L k WA-Joint Council 28) !King Truck Drivers Dump Truck Et Trailer $49.85 5D 3A EL King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 2A SL Council 28) _ {King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A SL Council 28) King Truck Drivers Transit Mixer $43.23 1 !King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1_ Installers King Well Drillers a Irrigation Pump Oiler $12.97 1 j Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers I 7/16/2015 - � � k IE InI = �� p a Him ntr�$oq 2F a�'v""in Fnc�u oEiz YB�o Siu��+�c4 unnwanw° ri �\ r E N V X. Q A u m . 01, AN / e 1 I I 1 �.� e � 9 e 9 rcW n o8 a�ONw�jw WVr _ w ln� LYS _ yVF N� W aLL �, a�N N�urcwW F6 � . g ipn ¢zOttFF €FN �c �B �¢ ff9� zl O g� tt _8mgwwac "��nys•^�� ( PO Z 40i �Li¢N F (3¢p o rc atf o.¢6 c� �¢ Q Q£y�oUV¢ ��oga90 �Wm oN O N r<F ��moQa� �oEG wo w "a u� Sa V7 mU �N�� agpm WR F= o sfim _ aLL O F m� c ��p�M1�Fw°a e¢ a W wF U u• Z N F NV'4 Z w G OpOtt¢wOwaLL ¢ {— �mr ttFg ¢ Z am�6 tar 71 _�¢ adz o wow�mrca�o,n w �nrcw u,FFzF � d e Fa o p�FFwgoG�ao ¢�i HENpNQN iQN g `m¢ K _w( F.Uw W F¢x �ln oYQU F � v�i v3YF my+ J a w wU oYFNaW UFs o oiI oow [wiVD [wi FS Qi I 1 I +N � FF a nwsav3 � 11 �; 1 91 �. N ry- � -V6§HD3 h LLT 6i+Jmnei n 6i+b i LL I ow I I I( 1, I g I F m� v sK _� a N ddd oLz'aN � ` oowy m h � N S 1 J a ° a O O 1 N U f N u c C �£ ,• 1 Ig` I A- Y a ee M$ L AQz e a Q N U n O a L o o e oN 4 III o e k 3 (WJ U g i R Y � " se9ga d ad =: O 6y W6Aa O e ax y pf, Q s i n39 U n% ks,Fy CD o Y ,- K ai 5 � — r��,� d, � I Ea L m � a o H � o O 4 p M 0 w m o z r _ N U G N I° y _1 L r > JI EL Z fr� Rb' ass ! I w N� S w xo to � I X s n s � � �j 25�� n �'-•x L'19 a h I I I: ALL SIGNS,SPACING AND SPECS TO CONFORM TO THE M,U.T.C.D.AND THE CITY OF KENT Trail Closure PACE z Green River Trail closed between Riverview Park&Hwy 167 overpass. - ---- Cyclist&Pedestrians will be detoured to an alternate route. KENT & REASON FOR CLOSURE: Relocating Green River Trail through Riverview Park and Improve '^ V s n trail safety. NOTTOSCALE d „ d T < OHOUO � r OFO OErOUh KWill IllIS S4 DETOUR YPil} t b I .,�L . ul 4.1 aN y CTOIJ MUD I NG2D q �Y(1,311100PI (mad) APT`— TIT 1 SEE BLOW-UP� PAGE #1 t Q I OEIOUP t, U*P I M49V rt M49V ,` F S` End Roadway ( BOOM nail I I} ' s r SION SPAOINe %tn ' x M�a.oax -.. w , -M,Kax: JU unxwm r a se xy �/// w.x,exe eucrca�anwac�e oefoareoom '� „A/ ��W2 P, �/{ (moC) MINIMUM TAPER LENGTH 1 n J J it WIC PoO P08iE0 1xeM RECII W W�65 M } rtpl j +w � em - (.r�d ®iOUO NEvizy E''2r31t 61Kronoft ' -_� uelfm aTaw I :eos ao fa ux fm ae no ao em -- -- GENERAL NOTES LEGEND 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE NHTCD AND CITY OF KENT SPECS. WORK LOCATION (Asphalt) 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL RE PROVIDED AT ALL TIMES. )54111,t Tic� Fi CONTROL PLAN APPROVAL ff��-SPOFff.R•l6CvYTiON-- -3.-RRBNAFFYF-VEIHCL-E-REC6lWER'ON>-RN=6hA-A'0Nf-VENICtfY' Y q tt77rCC�5} r'; �t aEl/ slew LOCATION. -A.�OEVSCbSSHAL6-HAT-ENfR0aH1-ENT0-ADMERN'MNES-"".__ IS ONLY 4�AUD F01R A P=i R10D 0F_.r1 G _-, PR ATEOF10EyW RK veRm 'b�GLUHN[LC�TS�B-0�EVLf�Es°"aR[sF 9AAonaa�maFf ci�caulFlEs� CALENDAR [SAYS FROM THE DATE OF f6Re-PACING MAY BEADIUSED TO ACCOMMODATE e . a TRAIL DETOUR ROUTE �� `�ALL SPACING PLAY RE AOIUSTEO TO ACCORWWATE AT LAME APPROVAL. INTERSECTIONS AND/OB DRIVEWAYS. b-I.,TIIC-RR7AYAf FAPER4i9ii VE—F'" FE#TaFNEO-RO%A}1D 419ST-u '-EKTDTINBiRAFPI"tow.,`. GMITAdN ANIN°BFIi-DCVtC'FS'.-- u Ci <COORDINATE NOTIFICATIONS OF ALL LOCAL EMERGENCY SERVICES, BUSINESSES AND AFFECTED RESIDENTS. WITH THE CITY OF KENT REQUEST FOR MAYOR'S SIGNATURE Routing Information: (ALL REQUESTS MUST FIRST RE ROUTED THROUGH THE LAW DEPARTMENT) Approved by Direct r ; Originator: Lynn Osborn for Brian Levenhagen Phone (Originator): X5111 Date Sent: 8/26/15 to Pks Director Date Required: earliest please Return Signed Document to: Lynn Osborn Contract Termination Date: 10/31/2015 VENDOR NAME: Date Finance Notified:R.W. Scott Construction Company (Only required on contracts 8/26/ 1 5 _ p y 20 000 and over or on any Grant DATE OF COUNCIL APPROVAL Date Risk Manager Notified:n a : 8/18/15 _ (Required on Non-CityStandard Contract A reeme nts Has this Document been Specifically Account Number: P2®®®7 Authorized in the Bud et? YES NO Brief Explanation of Document: A Public Works Agreement with R.W. Scott Construction Company to relocate the Green River Trail through the Riverview Park property. The project is being funded from the Regional Trails/King County Levy account. All Contracts Must Be Routed Through The Law Department �(rnis'a}ea to'be completed by the Law Department) Received: Approval of Law Dept.: Law Dept. Comments: Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: Disposition: Date Returned: r P 1Grvd. �OocumenlPmcezMi P—,;;!F,M y 9 a ne tlorry - i KEAIT al�,,�tEN Agenda Item: Bids - 9A Wn4Nlx[.16F TO: City Council DATE: August 18, 2015 SUBJECT: Riverview Park Trail Relocation Project - Award MOTION: Authorize the Mayor to sign all documents necessary to award the Riverview Park Trail Relocation Project and enter into a Public Works Agreement with R.W. Scott Construction Company in the amount of $144,920.00, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: This project will reroute the Green River Trail through the Riverview Park property. The project consists of demolition and removal of the existing paved and gravel trail, installation of a new asphalt and,gravel trail, installation of concrete pads and site furnishings, site drainage, landscaping, and other related work as required and as indicated in the project manual and drawings. The bid opening for the Riverview Park Trail Relocation Project was held on Tuesday, July 31, 2015 with four bids received. The lowest responsible and responsive bid was submitted by R.W. Scott Construction Company in the amount of $144,920.00. The Engineer's estimated cost range was approximately $115,000 - 165,000.00. The Parks, Recreation and Community Services Director recommends awarding this project to R.W. Scott Construction Company and entering into a Public Works Agreement. EXHIBITS: Bid tab RECOMMENDED BY: Parks, Recreation and Community Services Director YEA: N/A NAY: N/A BUDGET IMPACT: Budgeted - Regional Trails/King County Levy