Loading...
HomeMy WebLinkAboutPK17-360 - Original - Premier Field Development - Hogan Park Field #1 Synthetic Turf Conversion - 06/15/2017 Records KENT W Aswiwi37DN //' //�i 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: Premier Field Development Vendor Number: JD Edwards Number Contract Number: - This is assigned by City Clerk's Office Project Name: Hogan Park Field #1 Synthetic Turf Conversion Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other; Contract Effective Date: 6/12/17 Termination Date: 1.2/31/17 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Lynn Osborn/BL Department: Parks Planning & Dev. Contract Amount: 1 911 6791.00 Approval Authority: ❑ Department Director ❑Mayor MCity Council Detail: (i.e. address, location, parcel number, tax id, etc.): Public w Works agreement to replace the natural turf at Hogan Park Field #1 with synthetic turf for expanded use and year-round playability. Substantial completion date is 120 calendar days from Notice to Proceed. Division Contract #PPD1 -09 adccW10877 8 14 CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Premier Field Development organized under the laws of the State of Washington , located and doing business at _ 207 Cedar Avenue, Snohomish, WA 98290 ("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 the Hogan Park Field #1 Synthetic Turf Conversion 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 current adopted 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 current adopted 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 120 calendar 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. The total contract amount, including Washington State Sales Tax, is $ 1,911,679.00 . 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 A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. CITY OF DENT BY SDZE J,'MAYOR DATA ATTEST. J KIMBERLEY A. KOMDTCI, CITY CLERK APP` D AS TO FORM E DEPARTMENT CONTRACTOR BY. PRINT NAME: O' rr 1 '4Sc da TITLE: Canr-,, w4te's r DATE: l '( ) D EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General 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' Comaensation 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 EXHIBIT A (Continued) 2. 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. 3. 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 EXHIBIT A (Continued) damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. PREMFIE-01 ROCHOA ACORO" CERTIFICATE OF LIABILITY INSURANCE P AT 1YYYY) 5112/2012/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hub International Northwest LLC PHONE FAX 12100 NE 195th Street,Suite 200 (Arc,No,Ext):(425)489-4500 (Arc,No):(425)485-8489 Bothell,WA 98011 E-MAIL ADDRESS:now.info@hubinternational.com INSURERS)AFFORDING COVERAGE NAIC# INSURERA:Ohio Security Insurance Company 24082 INSURED INSURER B: Premier Field Development,Inc INSURER C: Julie Geddes 207 Cedar Avenue .INSURER D: Snohomish,WA 98290 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILT R TYPE OF INSURANCE AD D SUBR POLICY NUMBER POLICY EFF PrYYYYI OLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR BKA57011966 1211612016 12/1612017 DAMAGE TO RENTED 100,000 X X _PREMISES(Ea occurrence) S X WA STOP GAP MED EXP(Any one person) S 5,000 PERSONAL&ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE _$ _ 2,000,000 POLICY X PRO- LOC PRODUCTS-COMPIOPAGG S 2'000,000 OTHER: g A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) S X ANY AUTO X X BAS57011966 12/1612016 1211612017 BODILY INJURY(Per person) .S OWNED SCHEDULED AUTOS ONLY AUTOS BODILYBODILY INJURY(Per accident),S X .AUTOS ONLY X .AUONOS ONLB (PeOr. DAMAGE S S A X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 2,000,000 EXCESS LIAB CLAIMS-MADE X X US057011966 121612016 12116/2017 AGGREGATE S 2,000,000 DED X RETENTIONS 10,000 S A AND EMPLOYERS'COMPENSATION PER Y I N STATUTE X ERH _ BKA57011966 12/1612016 12/1612017 1,000,000 ANY PROPRIETORIPARTNERlEXECUTIVE E.L.EACH ACCIDENT 5 �FFICERIMEEMBEER EXCLUDED? N r A YlantlatoryinNH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES(ACORD 101 Additional Remarks Schedule,may be attached if more space is required) RE:HOGAN PARK FIELD#1 SYNTHETIC TURF CONVERSION ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT:CITY OF KENT.COVERAGE IS PRIMARY AND NON-CONTRIBTORY.WAIVER OF SUBROGATION APPLIES. SEE ATTACHED ENDORSEMENTS. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF KENT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 220 FOURTH AVE SOUTH Kent,WA 98032 AUTHORIZED REPRESENTATIVE it fr ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy No. BKA57011966 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: PER WRITTEN CONTRACT Information required to complete this Schedule, if not shown above will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 C Insurance Services Office, Inc., 2008 Page 1 of 1 Policy No. BKA57011966 COMMERCIAL GENERAL LIABILITY CG 25 03 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: As required by contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally 4. The limits shown in the Declarations for Each obligated to pay as damages caused by "occur- Occurrence, Fire Damage and Medical Ex- rences" under COVERAGE A (SECTION 1), and pense continue to apply. However, instead of for all medical expenses caused by accidents being subject to the General Aggregate Limit under COVERAGE C (SECTION 1), which can be shown in the Declarations, such limits will be attributed only to ongoing operations at a single subject to the applicable Designated Con- designated construction project shown in the struction Project General Aggregate Limit. Schedule above: B. For all sums which the insured becomes legally 1. A separate Designated Construction Project obligated to pay as damages caused by "occur- General Aggregate Limit applies to each des- rences" under COVERAGE A (SECTION 1), and ignated construction project, and that limit is for all medical expenses caused by accidents equal to the amount of the General Aggregate under COVERAGE C (SECTION 1), which cannot Limit shown in the Declarations. be attributed only to ongoing operations at a sin- g. The Designated Construction Project General gle designated construction project shown in the Aggregate Limit is the most we will pay for the Schedule above: sum of all damages under COVERAGE A, 1. Any payments made under COVERAGE A for except damages because of "bodily injury" or damages or under COVERAGE C for medical "property damage" included in the "products- expenses shall reduce the amount available completed operations hazard", and for medi- under the General Aggregate Limit or the cal expenses under COVERAGE C regard- Products-Completed Operations Aggregate less of the number of: Limit, whichever is applicable; and a. Insureds; 2. Such payments shall not reduce any Desig- b. Claims made or"suits" brought; or nated Construction Project General Aggre- c. Persons or organizations making claims or gate Limit. bringing"suits". C. When coverage for liability arising out of the " 3. An payments made under COVERAGE A for Products-completed operations hazard" is pro- Y P Y vided, any payments for damages because of damages or under COVERAGE C for medical "bodily injury" or "property damage" included in expenses shall reduce the Designated Con- the "products-completed operations hazard" will struction Project General Aggregate Limit for reduce the Products-Completed Operations Ag- that designated construction project. Such gregate Limit, and not reduce the General Aggre- payments shall not reduce the General Ag- gate Limit nor the Designated Construction Pro- gregate Limit shown in the Declarations nor ject General Aggregate Limit. shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. CG 25 03 03 97 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 2 O D. If the applicable designated construction project E. The provisions of Limits Of Insurance (SECTION has been abandoned, delayed, or abandoned III) not otherwise modified by this endorsement and then restarted, or if the authorized contract- shall continue to apply as stipulated. ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. Page 2 of 2 Copyright, Insurance Services Office, Inc., 1996 CG 25 03 03 97 0 COMMERCIAL GENERAL LIABILITY POLICY#BKA57011966 CG 85 83 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section II—Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" or"property damage": 1. Caused by"your work"performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the"products-completed operations hazard". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the"bodily injury" or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a"suit'by the additional insured as required in Paragraph b.of Condition 2. Duties In The Event Of Occurrence,Offense,Claim Or Suit under Section IV—Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I—Coverage A—Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury"or"property damage"that occurs prior to you commencing operations at the location where such "bodily injury"or"property damage" occurs. 2. "Bodily injury"or"property damage"arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. ©2013 Liberty Mutual Insurance CG 85 83 0413 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 2 C. With respect to the insurance afforded by this endorsement, exclusion I. Damage To Your Work of Paragraph 2. Exclusions under Section I—Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: I. Damage To Your Work "Property damage"to"your work"arising out of it or any part of it and included in the"products- completed operations hazard". D. With respect to the insurance afforded to these additional insureds,the following is added to Section II— Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. With respect to the insurance afforded by this endorsement, Section IV—Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense,Claims Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an"occurrence"or an offense that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. Paragraph 4.of Section IV—Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. ©2013 Liberty Mutual Insurance CG 85 83 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 2 Y O c N E 0 Y D O m mb O ts 5 m �c S3'Co o � EO a O a d E c 1L A E S.op s v a $m c-n G pWc U OK S. mm $ m c 0 n a d o Q ° E? m m E c m r F cF vo S@ c a c , o. my. E.5t '$ E m � $' S �vo2 m - D o a. A a > V$ g lIx e ^eQg� U o a c E pY a 8 Qof omnc$ a u e1m-"a a '-" v Y Sa Q1 H 3 V.'p C JN$ m � e Q m°rn$ m E m n a n g4 3 v. �mqE $$S v m r mffieq�1° @ �m d a oA `o `0 0$ @ 9 p m q UG L qW mcY y m q i�O90 ° m v g a >°0 xm Cc 'pS Yq" D V OI C W q ml p N U ...w Y S O U 3 m m vc k REm 1-- o $ Cmc ° 5� O y S uN m m xo v c �3 mm cO�p V a Ooso or o0 0 3 0 m4 F m� Yo m li li I d h -^o o »m 3 1 5 2 c OF m. �j 7 m`o F ° u m E Ca 5 ED $ SS m c Q c m $ 4 -c �+ Z� .Sc z c @ 0°,1 me oq $ n o -Ti@ $W Ti @ 9 'm '° wJ c�Et m y> > c c _�" v'Q L c@ d m V $ 5 a r� a c W 3 t p u c Y '-° m 5 c o W r c umi "° q o 00 �c`w a m m e �y�� N� a$ a 3 F. a n �E c3c L. i nL aS �. $ .a ] xad �= Oyw E '� qmb '� S c m ova. ° ai �n a pp w@ o. E ' a c w o` Z. E Ep 8 m 6 a LL 2 m a. @ EQ D0 ma$i cco a q z° J Lc� m EY O K c r't nn a pY QQ M a O ? L C O k V 6` @ a u ei� 'L' m @$� �n `m a 3 4 °' Ec ca $� 6 E °' YY @r _ @m acE vo i a ccaL QTz2 E0 ai@n Y@ LQ qqo =- q O L. C L n Y c Y A c O L m )C �+O O S E_ O m 3 'z01 ffi ffi E c 2 L c z@ i= y F c w Qn 3 c m c 6FY W m c 4 om z LU S 1 _m z `m a °d w 3 FRL E z axi N ei v m3 8 z D 0 IL w 3 d ad ti ci u J C w) O Q N N N N A PI PI Yl �D �D M 1� A A A W OD C d Ot Jm S Z�U I W {p° � J � J J y W g � Z V H O N g p n it X O Z yW m Zy ° LU a p c $ K ° a -i zd f PCg ua 11 g q Q C W K N OIL taza}> x C O K > Hx° O � a J 9w W ? U. W ° w F °O z W 3 4z a z w OL O 1 w ; °zCu 110W� O OZ J O F (, f J W KO V O w E Q rJ p w z a ° C t� lu Z � o m az 4 rQ g �a It UZI a z � �z € pp > o w W 8 Q a F C > < LL O F� g g J 1 c > o p oz a o ui w =� 3 a o@Q o H ° a z0 z u r, � a V c z LL ] z Ita1 W m m o= C �d W 1 LL2 z y W ~ Vl 2 F- x C y z ° 00 1 ° u' ° w �a Ln �' 8 a 8 w w r i W V ° o a o g LU x € E K a a ` 5 H o wa's ° u z z d o » c w o ° a 0 > O Z OOz ZJJ z IL g 0 w z 0: 1-m h O LU z 2 d z Q 4 6 zW O 0 Oa IL 2 LL° o U ° ° z > z Q; LL w J w Ow c p wl o n w �d `3O ; da' a z Wi m a a a O C r� O g pGp °J 3 J O w o xx w r 0 z z 6 '� W Q S Q 3 LL 2 LL Y 7 m W ;� 0 C m U $ 3 m 6 c �� o °�c $ @$ $ obi �a a. $� is b m a s E� d a C S L m r =$ a - n Q n m T = a r r D a d m =V 0 o m p c m a v S n g $Tc ° L 2S m m {_a m E pp c W S g $ v `o �� O c �E c S m . o 9 fs o •o n' �� o ° m mO m DLm@$ Ewm m 5E m eo ° E EE �e a, n° N m mS Al 11 a n a '�'a "g @ m'a°�^ n c o@Q�m@' p E 0.o c C. = a =8r oo m rEl 5 E _ e °a o m o a � ° F cdUop °ao a m c Go EmcLDo @ oss' f y o 0w p$� 3 ��E c 2 mL' a � �� m E m o $�£ �S�$+ �a 'c F�' 'm c j, �rs 8 4 C aD7 a W .,o mC m S- E d Aa O m mdL D cc = ° ms ='Erne m mL >m Lo 'm mcfi d im° 0 ,c g$ o E r 1- 9 5 c = nb an„1 J D .. a d JVl , m Wo c S8 m= S,o'@daa na�aao cnr O R m P d = J L a O D V C L E L N=rn m L m T` D m n C c n I-m a H. c g w m >c 2 L ¢O E$ m L S a E mo n'o U @ 9 a Ho mc ma m a a m @ m E g e=i o m $_ nv m som �� �� �m 8P c s A ri d c nE nE na �5 cm9U ma ee a 5m 'Dome .^ m m m C7 U nm W S 3 � o c co °m 0 £ c' E uCl ac a E ac cE oD OEe 5 Ea' $ a 00 G m �C a FA Q C^ p 0. OI C d Omomo•.o j@ono�vm@ymJ S�:a•° vnS }mmmEwJ nCn =mn�ana."Mad -0ona 6K cuW Dc3ccm'o7�=$mc,_:.°wc=c-4 o m O ` Y50 om$ca D-$eetlrJEd'yL�a5gcd R v @ 090. t �c s o 9$ E 7Q cma cU .. E E � L vc O m E 00� cbama Em ae m ~ c n > Wo . 000gi'S., 1�-S° m We6E m oP °m K c L.w 8nm a n a Ecnm Dm mE p £mmd 'm Em om$@ oEm$ E!.00= ��Qro n`�`= •=0$_$€ =S@ m0 AWE" m o@ Od D$ on pI O1 @o S OWW' a=m y=g4C jo sE S c wty jd nm E ON gmV. zy 2-0- °w.6 �C$3� b a moaDi E �n c vac a 6m Qona o m D T nmcmi E U L$cm SSmm 9 nmca j o m m moo Trn @E. ^mr o Q _a cm>}, m a '=e - rma=gym a 9 S Ed L yL D O m. m T E Vic'T z b l C C °p_= a m E = O �i. 0 m C g F W @ Q a U m 0 D 0.W O O m t�L+' T♦r$ C P = ac mcop,'Do Z e am m Z a Dom W m3 U uLtn E^ mz La d0€i H aV o = ma 8'E � U.' E. �^o '° f � o�S m mSo m yT�a `o$L°Q=; n cony Sn`m ¢ U L°a i3Eev=- a Ld m W =Q rnmLm =b3 vi ,.ff awsao 3 °55D ri go Lommm a. n J h •iS m qm O cLmyy, ifF i3 'm;m m ' $e pcwn$ a as m a 9 ogE o moo '3n9 oaCmmq c m 'E J= N a m {] W. W Z -y iri m m 7 0. J m^ lV c°C J'C'r�EE S C w.°ti.K inn d a mF ¢Boos g g°o a @ � LL N 703 W ¢io z W�dA iaSo$ E m 12 d d m$ �a = a m Q m cmm. m O rn c J a O c `m Z m rnr a > of Q@ D Vf -y a a d p O.ro m d C) D yz{{1 F OC F Q Q m W U E WUA p o m m ul li C7 U c y o 5 m c n m cmw5ay c w `��°$o Ecc Ai ca ctD o i° E n �25Cm 5cy iu v 3 y o gym£ In •Son g! H o ya od ac5 0 3 E c c 3@ w m o c o ei Wmmo @oc ¢m� D @ m yP'« O mrry/o��pm 9 oo° $ �H y E y 0 0 ' m O C T.s c p J > mE Vim@ N c z @ c yS SL a _D Ea NDs o . � xgg copy z $ .aod yIcn? cn@ nUc$C �$� N o u $ �a' c o m �WtW O t'�Q.� E '.m8a m c b c c$ F m u E @. S a E �. c m oEE m v f c O@ m i. d cuES 5 'crt QL@ Q 5 m a$a J m n v5v.� 0 iy� @CS �jy� = tooc�o � � d3 > ` e 5omcrsy'm '$,�`0 d c m o r� 5g Q �Ed 5 mm So� 8� 8 8 g _ o o 'cm«Z« mca > m d m o 1 3 � c�'b5 �zy m$L� m Aa oQ m _ r Ecm m nc O c m a B a _ m Tmgm vg anon " u w m@Go«a m m z D c ; o c rE mw « Oy E �' ^�3 @i m EGSd 9N c aCCc� ��m O £ om c E5 •mom o$ 'a °a m cE �a �3$ C~i o E c 'd `a oa ME wW ; .a nc�€ �R� g � o�$a m Fam$a c5�5mm O C EE o 0 �° �� e m EE�o a� 2' oS cow a8 m 3$�a@ aCL OOC m a o ac Dy $om G E$vaCi J`•• So N@� a oco$�' mom$ c g c. a= gc q >.an cL e�c m mm mN E N� d Q' o m mom, cm m:=$ $ W J ¢ v o.cm @n n m c nd A oc cy •myp ayc9 aa, a v mnE n@rn o¢ `m N QS� m Aa g,��' a'E� � Lo_ o �S Ln' `� g 1>c 2'c m m r W 3 C C d n m cl a w 5 m 0 Lrn 'a E..-on E o m Rc0 W m c $ jm 6mo o E33 �?c 3Lo0-q0a 5EDcGC Njoo ?c 5 ra 0? $ a ¢1t2n$ a us US noCp 93$ zz m a. m c m G a�mmi m z z N O D p 'G m H N C ti d H N S N N m m _ O N a 00 S S @ O a �m ni 33 am E, o m m = n v m `o @ C o G m G m S p C 3 n L n s G � 91 N m C O! @ 5 Z U ad C m D u1 y N D �1 3 C — 6 1p a Q y D m N— - (m D � U) �N•>' N =R 3 d co c 3 5 §3 a a m g K g a m a. z m�m IL a °c om � cam$ N�p`o@ c0- $ cm£ u c° uca my m• $no Lod oU d o o E wq o5$ cc� «G`2 a� "-' m co_ 5 ' O «mom a t• o m v V NO c E E$c� a @m Em m c@ L+ mc5 cU � E -S ; _ ma_mm y a $ E Em oa S a5�� =@5 mcc cp o m p L m m c>a>$ cm a E@ -aE @m m ma c vma oN d `o m `^ z c Q oaL E $ 0 2•t_m m y L o c_ s H ILo_ N v c @ z a C-a i o �m @ Do o m@ ~pp me m5 �W w m c nm nm a a o @ a c m m S E c .5 5 X z @7 w E E m dt7n m$ L - smt0m aci Z' S c� c m me $ @oomon: c nA N m G m UJ a�yo 8 £� na mL n mlllc m T D 6 `O woDe d umm m C a N w J Z C C Hw mQ c C To oL' ED�da m oEW t.� cz5 0 @ E K g d u m o_° av @ ��5c a 3�o a3r rggg H - 7 w G E m^''o ca E 3 0o co m$g@ EvO n m Lo `o a 2 c y }om maEm� o pc� oam �U S. S @£ £ n z c p n N�cy H m m E..R y c o > >m m E m p o G m m $c $ n Q m m a n C T D y c a d W g z m 3 d- O H E y0 C m N J m F m I a1 L C C v E E.c mS o f._ m e n c ?c y 5 d 5 -p d 7 @ �i$o$ m 5 d@ m m._ E c o o E E d o >>,._ $' c m e C a d >a. a>.>� m m 2 N U q C b m LJ:« T C J m E N 1Lp q ^ m Q O o y Q m O C L_ a d mnul m• m S�yO a, ptg _ m Q m z j = ap m U m a p O G C v nV m0 m v m,SS..a g .ammo omn "-'t.n a w m c o G m ma m E Q m a a'Fj Q`o n o c E 0 c Q 2=o m p o s m g S m o O o 'ul n v ,o, E 5 F o o `o$ nm @c mTi � S 1'mDm $�m EGw 3 00 5 m E m m S a gmaE o cm c @5mn cm `o v'=• �. c L >n..5"2 u m c@acL mh $ �` •d �� t'n � H'tS �, cmE tma c@m mm mn n o y z co c Emoc 'y� 1-O Ul mn C 5a mm C ¢m L U F m mn m m 7 S m @ a mN m V O_N 7 V i Q u 3a ape o�a�um n�o $ n= � 10 q m g E«E� m c o eeQp o u - n m N a v - O 0 m m>>c no @ m ms m`o5 .. Y aR-S m ¢naci a'r M= ¢ ro D z "a 7 C m G d t y @ y )L L m 5a M. N aIat E•E n g m 7Q" oc N x c ca o $[ c c v,m tim 3W F �e d u 4 N$.5w d m 3J o 4 a 3 F SE ca A Q m 9 I N D C d a e�i �•i , o U. o 00 m G Fm a C m o m s 9 i e o m m a o upl ed E m 3 o d m n S W a cL m cm F a`p� = IS $ a8 a } m N W WWJ m m c E J y » m m O `p S WU' E� O o c;v m € 4 em H �mQ P p av>. P. } m L O L Sk N C F C Q F O C LU OE s: z C O3c c O '�O a a a m o c Tg 3 a m c m d o o Q 4 c m a m c m w t 2 m C 0 K V W o a [9 L u -m Wm o $ p K c W4444 V y9ie �E I Z. MYv W 3� moE ? 9:325 �= H �c8 o'c O> m a.w� ma E p v Qmn r� mt Ea$ Ep n E W O mOn �° O c0 r m g C °pm LL2 O� z"o5 p 2 v m O� E m >j c o n m L W2 m "�p Um Ica n a = E 9 _ c Lu W W o r - CL Q U W m R }-0. Ir m'm9 9 a J p a LL f - E c J c m 0 Lp m a ceg I� a� >'C F Z q c W F m -W O.N X m ap W W 75 m m a C v' m m c 9 c di O J O D 9 C L n 01 C n 9 J m m m W a 5 g m m m e m o c W N p o« ? E v o 0 m m iu O m L$ m ELM n 9 C a 0 p W m 9 m Ww m C 0. C C C O a�C' s O° U C m m L 0 O D O O DLL 2'g o'c"'�» a n" o � � m n U �$ U 3m�m �a O O Z b Q oGD O s85 G�_ m 3 0 9 0« O C m L S J: n m L C O V O O L E L.m -C R mm s. $ m `oc E� n� E ° 2$ m c m o m fi- y mmn$ s $'SpcJo _m c� E Z a 11a oo ` a '�m'o Sm a W" 9 3- C .0-. � m W C e L a C nt .g C p A 'G m m W J C t Ec xm c e m a�n m$as=9YCJ>c'`WgQon��mEm+9vn9>Wme�e,.=D.Ory•p'$�DtJmWmm3 aC°m o>C`>Sis mWo�o oWmppj D�mOWpCWc.am�mm'J.ndc°cm�xta�'Opmm° m acpcmm;e]. mD_��mWcmLma om ao m� a .0.nmm6mZcm �Aa8e�' O ob 52 ° oOaR c FOO oo C O4• a Lq Z W C 6 9 om T o a,o or o c m S ° � Z y � $ m mO do Wti L.v ncW no mea 8 Cy . o m ` 0. HJ J ; W a m C E c Z O maScmmO - QO Wp mA LL C� mm iP. ` �om mm u '00 2 r C 09 m vm m ul mac_m$a O W2 z a c w E E _ o oOaE=n O mbm O ym A E E > >E 4 dE E w �W�$4EmR w�aoS. °u oo m cso U a LL � u a. Z CK m.-apcar o W M m .. U m U.m U u C ��.� u0 } p }u m E-� U� > �E f o L. o -S p eo °c. w c0 $c ok_ O ffia c a.m m K mvm aQ O o - q o" gg_ a ¢F Sm p -J W.' O ^ a. ; omm r awo p ° CsC Wo E L OO O) O LL L C�° C- IJ C O WC S C Y nN m nmm� c mm n Q3S a a u 9 omv- w W m m>.>.m;a !r Y W mL J b of > M a 0 0> - 3 o J CCK 2 J E E 3 L m a 3 E n E 9 a v a O v m w m E m o a a a c c 4 c m 2 c c m 3 m O c o LL o o=o m 0 2 a ri Z O J LL n K Y 7 1- J J vi m m J T 2 O u BIDDER'S PACKAGE CITY OF KENT KING COUNTY, WASHINGTON HOGAN PARK FIELD # 1 SYNTHETIC TURF CONVERSION BIDS ACCEPTED UNTIL: TUESDAY APRIL 4, 2017 10:00 A.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 JULIE PARASCONDOLA DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES • KENT WASHINGTON BIDDER'S PACKAGE HOGAN PARK FIELD #1 SYNTHETIC TURF CONVERSION 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 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 Agreement/Contract: To Be Completed After Award of Bid Performance Bond Form and Certificate as to Corporate Seal: To Be Completed After Award of Bid EEO Compliance Statement: To Be Completed After Project is Completed Bidder's Check List HOGAN PARK FIELD #1 SYNTHETIC TURF CONVERSION 24400 RUSSELL ROAD Kent, Washington 98032 Directions from Hwy 167: (southbound or northbound) Take the WA-516 exit for WILLIS, ST/DES MOINES; Go WEST onto WA-516/WILLIS STREET; Turn RIGHT onto WASHINGTON AVENUE; Turn LEFT onto Meeker Street; Turn RIGHT onto Russell Road; Turn RIGHT into park's parking lot, sm '124400 RussA Road Pink INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through Tuesday April 4, 2017, up to 10:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4 1h Avenue South, Kent, Washington 98,032. 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: Hogan Park Field #1 Synthetic Turf Conversion The project consists, of replacing a natural grass baseball field with a 124,000 square- foot synthetic turf multi-purpose field, replacing portions of a backstop, fence work, irrigation repairs and other related work as required and as indicated in the project manual and on the drawings. The Engineer's estimiated range for this project is $1.5 million to $1.75 million. Bid documents may be obtained at www.kentwa.gov/procuremient. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4'"' 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 a!ll 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 thie 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 17th day of March 2017. BY: KIMBERLEY A/VOMOTO City Clerk ("T [Published in the Daily Journal of Commerce on March 17 and March 24, 2017] CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Da te ; This statement relates to a proposed contract with the City of Kent named HOGAN PARK FIELD #1 SYNTHETIC TURF' CONVERSION I am the undersigned bidder or prospective contractor. I represent that - 1. 1 L"have, — have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. R NAME OF BIDDER BY: SIGN'ATURE/TITLE 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 �Qm��C 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 Hogan Park Field #1 Synthetic Turf Conversion 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. BASE RID: HQG'AN PARK FIELD #1 ECONVERSION DO NOTIN SALES TAX lL SUM DANE BID: Including all work: ' 10 DOLLAR'S ($ ' ... � ADDITIVE The Additive Alternate Items may be added at the Owners sole discretion. AlternateAdditime i I.: Furnish and install a supplemental pad system for the all synthetic turf field areas (not including the bullpen areas). Reduce the permeable aggregate depth accordingly as shown in the plans. /It�— OD DOLLARS ( � ��" ) Additiwe_A,lternate Bid : Furnish and install pre-fabricated roof structures for both dugouts including support structure and concrete foundations. z4v —Tot.; V-(d' 1 DOLLARS � c T Included in the Lump Sum Base Rid above is an amount for Trench Safety System for any trenching exceeding a depth of four (4) feet. In accordance with RCW 39.04 and WAC 296-155-650, all costs for adequate trench safety systems are required to be identified in the Bid. The. Bidder certifies that the fallowing amount is included in the Base Bid for Trench Excavation Safety Provisions. If no amount is entered, the Owner will presume that the Bidder represents that there are no Trench Excavation Safety Costs for the project wor' , 'a " ( 9A..... .... .. Pb/1 dro DOLLARS ( . 06 .00 ) NOTE: Washington State Sales Tax of 9.5%will be added to base bid in contract.. BID SUMMARY The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: DATE:'�� (signature) By: Title: Iz1�1 (print name) Company Name: Address: Phone: GENERAL CONTRACTOR'S REFERENCES 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 Hogan Park Field #1 Synthetic Turf Conversion. At least two of the references should be from a public agency. Agency Name C\ ACEAddress, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) and Year Agency Name t � Akress, city, state, zip Phone c, Contact Name �o•�c�• Za.Ic. 0---v- c l�Q\� �y�r��'� c�� Name of Pr ject�� U=::C' S 3\L\ `ay\\o 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. ❑ I have worked for the City of Kent in 2014, 2015 or 2016. Name of Project(s): 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. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. If the bidder fails to request a modification within the time allowed, or falls 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 MAYALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSZ VE 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: A NAME: ADDRESS: C�) PRINCIPAL OFFICE: ADDRESS: PHONE: C) 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. 1.2 Provide your current state unified business identifier number. 1 .3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required' in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. c-,� " 56' 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), 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? U\ 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: C—\­,' 2.3.4, Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable) 2.4.3 Name(s) of general partne!r(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 us,iness, and indicate license nu ers, if applicable. Mer4T 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces.'�-,zL cd—, % <" - <;� Cx C_­_ 4.2 Claims, and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? lz\c3 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?i"o 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.) c-,(D 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. c,:\- - Q" 4.4.1 State total worth of work in, progress and under contract:&"A ,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 yea4—. 6 U C-)CD 4.6 On a separate sheet, list the construction experience and present VI commitments of the key individuals of your organization, 4.7 On a separate sheet, list your major equipment., S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: company: 5.3.1 Name of bonding compa) 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the !selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information, The City's request for this information shall not be construed as an award or as intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g.,, accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of flrm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this -�N day of 20 Name of Organization: By: Title: 7.2 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 Notary public: My Commission Expires: 1 4 A rp 0 41 t.r �YrUE OF UV�Iil1hIGTON Department of Labor& Industries Certificate of Workers' Compensation Coverage March 21, 2017 WA UBI No. 602 342 647 L&I Account ID 164501 Legal Business Name PREMIER FIELD DEVELOPMENT INC Doing Business As PREMIER FIELD DEVELOPMENT Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 4 of Year 2016"11 to 20 (See Description Below) Workers" Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. PREMIFD971RW License Expiration 12/17/2017 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51 .16.190). PREMIER FIELD DEVELOPMENT, INC. 1938" PREMIER FIELD DEVELOPMENT 207 CEDAR AVE SNOHOMISH WA 98290-2815 DETACH DEFORE POSTING t U BUSINESS LICENSE { • rea+s r, t' STATE OF WASHINGTON Unified Business ID#:602342647 y Corporation Business ID#:001 ;$11 Location:0001 1 PREMIER FIELD DEVELOPMENT, INC. Expires:Nov 30, 2017 >rr PREMIER FIELD DEVELOPMENT 207 CEDAR AVE SNOHOMISH. WA 98290-2815 a UNEMPLOYMENTINSURANCE INDUSTRIAL INSURANCE j rI MINOR WORK PERMIT TAX REGISTRATION 1 CITY ENDORSEMENTS: i' ISSAQUAH GENERAL BUSINESS MARYSVILLE GENERAL BUSINESS#8833CON311 SHORELINE GENERAL BUSINESS LAKE STEVENS GENERAL BUSINESS COVINGTON GENERAL BUSINESS ' BELLINGHAM GENERAL BUSINESS }� WOODINVILLE GENERAL BUSINESS DUTIES OF MINORS: RAKING GRAVEL, DUST CONTROL USING A WATERING HOSE I' .a LICENSING RESTRICTIONS: j4 It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC ?, 296-125-033 for non-Agriculural and WAC 296-131-125 for Agricultural guidelines and restricted activities. g i, Minors may not operate or work in close proximity to heavy equipment.WAC 296-125-030(17) j i 1'1 REGISTERED TRADE NAMES: PREMIER FIELD DEVELOPMENT y This document lists the registrations,endorsements,and licenses authorized for the business i named above.By accepting this doctunent,the licensee certifies the information on the applications was complete, true,and accurate to the best of his or her knowledge,and that business Trill be ) conducted in compliance with all applicable Washington state,county,and city regular io,i5, Director,Department of Reverue r —+t—� 'r�-:—^rn_ry ^--��..•. - "=--:`.r_,;-.;,n? ---'�fr^`=-�ee:_;,--�rE,--=^+iri_ Preirm"er .....------ March 21, 2017 Premier Field Development Inc, nor any company under the control of any of the owners of Premier Field Development Inc. 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. Sincerely, Joanne E Kasch Corporate Secretary 207 Cedar Avenue s Snohomish,WA 98290 0 Phone: 36o-563-568o + Fax; 360-563-5686 ! \ \ 2 \ \ J , , !a ( § ( § \ 2 ■ \ ° ] ( ( .2 = ` . \ nnmme e ! g § { \ c� \ ream _ e > m % a Q � m ■ ° � - ` - $� � \ &§ 2 ° ` � - 20k g a do 3 ! z \ \ \ ! ° \ a 3 \ / :B � o - J , E 2 � ) / - . V Rermer rield development PKr"6EMIER FIELD DEVELOPMENT,, INC . Specializing Athletic Field Construction and Development Proud Tips member rya Serving Washington since 200 Web Address:www.premierfields.com Contact: mail cpre ierfields.corn 207 (.edar Avenue Snohomish, \VA 9829 * f'hOuc; 360-563-568o i F= 360-563-5686 AA*K Premier lfk�*Field Development .. ...... ..... . ........... Specializing in Athletic Field Construction Premier Field Development is a reliable company that strives for perfection on all of our projects, big or small and will ensure each of our clients their project will be completed on time and beyond their expectations. Specializing in building high performance athletic fields and renovation and restoration of older athletic facilities, Premier Field Development has earned a reputation among architects, project owners, and synthetic turf manufactures. Projects range from the professional, collegiate and high school sports arenas to city parks and community organized projects. Key Peirsonnel Our key personnel employees have over 55 years of experience in all phases of athletic field construction for natural and synthetic turf fields, including laser guided equipment technology, subsurface drainage systems, permeable draining surfaces, running tracks, lighting, fencing, and site furnishings for a completed project. Chris Kasch, President Chris has over 35 years of experience specializing in synthetic turf and natural grass athletic fields, first as an employee then as a business owner. He is highly recognized as an expert in all phases of construction including permeable surfaces, vertically draining base materials and subsurface drainage systems. Fields are constructed using laser guided equipment to the required extremely tight tolerance, Daryn! Kasch, Site Superintendent Daryn earned a BS in Business Administration from Central Washington University. As site superintendent, his duties include general supervision, coordination of subcontractors, labor, material and equipment while monitoring quality control and safety. Kyle Behla, Site Superintendent Kyle earned a BS in Business Management from Central Washington University. As site superintendent, his duties include general supervision, coordination of subcontractors, labor, material and equipment while monitoring quality control and safety. 207 Cedar Avenue ol Snohomish,WA98290 * Phone: 360-563-568o # Fax: 36o-563-5686 Preirmer Field Development Jim Gray, Estimator/Project Manager Jim joined Premier Fields in August of 2012. His 30 years of experience have prepared him well for his duties, which include analyzing plans, preparing bid proposals, scheduling subcontractors and suppliers, scheduling and managing projects, organizing crew and preconstruction meetings with clients or contractors. Dave Rice, Estimator/'Project Manager, LEER AP Dave has been with Premier Fields since 2010 and is a LEER (Leadership in Energy and Environmental Design) accredited professional. Dave earned a BS in Construction Management with a Minor in Business Management from Brigham Young University. He oversees the managemient of projects through technical expertise, partnering with clients, architects and subcontractors to streamline construction activities to remain on budget and on schedule. He also oversees the company wide safety program. References Following is a sample listing of Premier Field Development past projects. Premier works as both as a general contractor or subcontractor depending on the scope of project. Squalicurn High School Track and Field Renovation Location! Bellingham, WA Owner: Bellingham School District Architect: D A Hogan &Associates Completed: In progress Kas,ch Park Soccer Fields—Synthetic Turf Replacement Phase 11 Location: Everett, WA Owner: City of Everett Architect: D A Hogan & Associates Completed: 2017 70%with own forces Bellevue HS Softball Field Renovation & Buildings Location: Bellevue, WA Owner: Bellevue School District Architect: D A Hogan &Associates Completed: 2016 95%with own forces zWCedarAvenue # Snohomish,WA 98290 4, Phone: 36o-563-568o Fax: 36o-563-5686 A, 4VRetm'er Field Development Hazen High School Softball Field Improvements Location: Renton Owner: Renton School District Architect: D A Hogan &Associates Completed: 2016 80%with own forces Lake Washington High School Tennis Courts and Softball Synthetic Turf infield Location: Kirkland, WA Owner: Lake Washington School District Architect: D A Hogan &Associates Completed: 2015 60%with own forces SERA Campus Play Fields Location: Tacoma, WA Owner: Tacoma Parks and Recreation Architect: Bruce Dees & Associates Completed: 2015 701%with own forces Voyager MS Track and Field Location: Everett, WA Owner: Mukilteo School District Architect: D A Hogan &Associates Completed: 2015 60%with own forces Ravensdale Park Location: Ravensdale, WA Owner: King County Parks Architect: SLA Architecture Completed: 2015 90%with own forces Arlington HS Football Field Renovation Location: Arlington, WA Owner: Arlington School District G/C: Field Turf USA Completed: 2014 100%with own forces Bangor Naval Station Softball Field Renovation Owner: United States Navy Architect. SLA Architecture Completed: 2014 100% with own forces 207 Cedar Avenue o Snohomish,WA 98290 4 Phone: 360-563-568o Fax.36o-563-5686 Prenu*er Field Development Eisenhower H!S Phase III B_Athletic Field Construction Baseball/Softball/Practice Fields/Tennis Courts/Pedestrian Plazas Location: Yakima, WA Owner: Yakima School District G/C: Field Turf USA Completed: 2014 90% with own forces Lake Washington High School Baseball/Softball Field's Location: Kirkland, WA Owner: Lake Washington School District Architect: D A Hogan &Associates Completed: 2014/2.015 100%with own forces Eisenhower HS Phase III A Field Athletics Mass Excavating and Grading Baseball/Softball/Practice Fields/Tennis Courts/Pedestrian Plazas Location: Yakima, WA. Owner: Yakima School District G/C: Field Turf USA Completed: 2015 90% with own farces Eisenhower High School Zaepfel Stadium Field Renovation Location: Yakima, WA Owner: Yakima School District G/C: Field Turf USA Completed: 2014 80%with own forces Kentridge High School Synthetic Field &Track Location: Kent, WA Owner: Kent School District Architect: AHBL Engineers, Planner&Surveyor Completed: 2014 b %with own forces Redmond Ridge Field Conversion Location: Redmond, WA Owner: Redmond North Little League Architect: SLA Landscape Architecture, LLC Completed: 2014 80%with own farces 207{ edar Averlue r Snohornish,WA 9&290 0 111011e, 3Cio-563-568o r 1,ax: 360-563- 686 Retmer Field Development Western Washington University Multi-Purpose Field Location. Bellingham, WA Owner: Western Washington University G/C: Interwest Construction, Inc Completed: 2014 100% with own farces MWR Synthetic Multipurpose Field ga. Running Track Location: Naval Station Everett, WA Owner: NAVFAC Naval Facilities Engineering Command Architect: SLA Landscape Architecture Completed: 2013 60%with own forces Husky Stadium Renovation Location: University of Washington, Seattle, WA G/C: Turner Construction Company Completed: 2013 100%with own forces Kentwood High School Synthetic Field &Track Location: Dent, WA Owner: Kent School District Architect: AHBL Engineers, Planner&Surveyors Completed: 2.015 40%with own forces University of Washington Baseball Stadium Renovation Location: University of Washington, Seattle, WA Completed': 2013 100% with own forces Montana Tech Digger Turf Alumni Coliseum Improvements Owner: Montana Tech Foundation Architect: Dow] HKM, Butte MT Completed: 2013 70%with own farces University of WU'ash!ngtonn-Bothell Recreation Field Development Owner: University of Washington Architect: RVLA, Inc. Completed': 2012 100%with awn forces Valley View Middle School Ballfields Owner: Snohomish School District G/C: Asher Construction Company Completed: 2012 100%with own forces zo C:edsr Avenue ,o Snohomish, W 9$2go # Phone: 360-563-568a lax: 36o-563-5686 0.4 VPrefmer Field Development Lurnmi High School Track and Field Renovation Location: Bellingham, WA Owner: Lummi Nation Completed: 2012 70 with own forces Western Washington University Softball Complex Owner: Western Washington University Architect; SLA Landscape Architecture Completed 2012 90 with own forces Premier Field Development, Inc. is a specialized general contractor for sports fields facilities that has earned a solid reputation among architects, project owners, and synthetic turf manufactures. Projects range from professional, collegiate, private/public schools sports arenas to city parks and community organized projects. Our employees have over 35 years experience in all phases of athletic field construction of natural and synthetic turf fields, that includes laser guided equipment technology, subsurface drainage systems, permeable draining surfaces, running tracks, stadium lighting, and site furnishings for a completed project. Premier Field Development is a reliable company that will ensure each of our clients their project willl be completed on time and with outstanding quality beyond their expectations. 2o2 edar Avenue s Snohomish,WA 9$z90 4 Rhone: 36o-563-568o # f ax:36o-y63-5686 Premier Field Development Equipment Equipment Aiodel# Purchase 1998 Dozer 7560074 134C Dozer Display Kit,Hydraulic Kit Control Box SUM 14"Cutoff Saw w/Diamond Blade 1 Mulitquip Asphalt Plate Compactor Case Backhoe - 1580SM Il LB-45 Javelin S Laser i Case Backhoe 580SM Case Fxcavator ICX_130 Misc"fools K Laser Case Backhoe 580SM Wacker AP-1550AW Plate Compactor r423266 - -- Sumitomo Yale Forklift 1995 Cat D3C Track Type'lIractor [D3C Laser Eq(Receiver,Controller,Mast) I Laser Equipment(Javelin) Ronwg Roller J3W166DH-3 Laser Diesel Generator Gas Generator - I:asy Klecn Pressure System Bomag Double Drurn Roller 1BW 120AD-4 Kubota Excavator W/Rub Trks/Cnpy !KX121RIAT3 2007 Bomag Roller Single Drum BW 177D-3 2009 Trailer Water Tank 500 Gal EXP-500-S 2005 Bomag Roller LBW 177AD3 Pressure Washer 2006 1-ay-iNlor 81IC Street Swceper Dozer 3406 - Kobelco Excavator :SK 160LC Plate Compactor ;OKATA Junrping.lack Tamper 135-165 LB MTX701-11) Jumping Jack Tamper 135-165 LB i BS6021 Lcica Rugby 4IODG Dual Grade baser III I0D(j Bunyan Gas Striker Kit her Pervious Con: Cat Hydraulic Excavator 3041iCR Laser Equipment(SITECI I) �CB450 Cat NITL with Front Bucket& Fork. 1257B Cat with Front Bucket&Forks - 277B Cat 305CCR John Deere.1120 Dozer )046 DryBox Container A19 Auger Drive(Motor for Cat) 15N78167 2007 Cat NG Doter NG New Cleanup bucket tor SK 160 3/21/2017 at 2 03 PM Page: 1 Prerm-er Field Development .......... Credit Information Corpoi,atioii formcd November 13, 2()03 Premier Field Development Ine. L-IBI 4 602 342 647 Federal ID 4 20-04236221 ("ontractors License 4 PRFNIIFD971 RW Bonding Co: International Fidelity Insurance Compam 1055 NW Ntaple Street, Suite 102 ISSI(JLMII, WA 98027 President: Chris Kasch Sec/Treas Joanne Kasch 17505 20"' St SE, Srioliomish, WA 98290 Bank: %'Vells 1'°argo Lake Stevens, Wry Scott Bowman 480.724,3805 Account No, 1225987997 Relbrenccs- C.."alPoi-tIand 206A4.301 3 PO Box 1730 Acet: 00 1-57645 Seattle, W'A 98134 111) Fowler (-".'o,, h1c. 425.746.8400 110 Box 160 425.653.3190 Fax Bellevue, WA 98009 11-011 NIOUIlt'Llill Quarry LIX 425.48 1,0999 22 121 17"' i\ve SE, 41117 425.486.33416 Fax Bothell, WA 98021-7404 A- C ' %Vest, Inc, 503.771.5 115 8951 SE-" 76"' Drivc 503,771.1161 Fax Por-11an(i, OR 9720,6 Acct: PRE360 1-07 Cedar Avenue r Snohornish,'WIA98290 0 P11011e.' 360-563-568o * 1'.M360-563-5686 CITY OF KENT SU I BCO,NTRACTOiR 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. Ho,gan park Field #1 Synthgtic Turf Conversion Subcontractor Name 04-41� Item Numbers See- 3Z 12, Z q �rwrleu Subcontractor Name Item Numbers AN 'MAW *& Subcontractor Name C4,C,0�-T Item Numb rs -Lrk Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE L/ SUBCONTRACTOR LIST (Contracts over $1 million dollars) Name of Bidder: � --z 4\ Project Name: Hogan Park Field #1 Eynthetic Turf ConygrgjQn 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. Subcontractor Name: ?JtAV00 Mr, AJ Subcontractor Name: H WA Subcontractor Name: e,+r k C& Sig; ure of Bidder Date BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: Thal: we, Premier Field Development,Inc. as Principal, and International Fidelity InsuranceCOT11pany IS Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of five percent(50.)of the total ainount bid 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 Hogan Park Field #1 Synthetic Turf Conversion. According to the terms of the proposal or bid made by the Principal thereof, and th,e 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 t amount of this bond, . ' �peve) .cb4, 0 A SIGNED, SEALED AN 4th D DATED THIS DAY OF ;aril 17- SEAL 'P A 20,03 V. PRINCIPAL c�9-11t 4,45. 10 Received return of deposit in the sum of$ Z �j Z "Tel ('��T*'241'72QI:I,, NE "'R WER Oi T F:'AT OR INTERNATIONAL fIDELITY INSURANCE,'C-OMPANY , ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY O7102-5207 KNOWALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the taws of the State of New Jersey,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint JIM S. KUICH, TERESA GLOMBECKI, ABLY PRILL, THERESA A. LAMB, STEVE WAGNER, MICHAEL A. MURPHY, JIM W. DOYLE, JULIE M. GLOVER, CARL M LOVSTED 111, CHAD M, EPPLE, PATTI WHITE Bothell,WA. their(rue and lawful attorney s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other wrilin sobligal 'in the nature thereof, which are or may be allowed,required or permitted by law,statute rule re:wlatlon contract or otherwise and the execution of such Instrunnent(s in ursuance of these presents,shall be as binding upon the said [NtER�A ONALADELITY INSURANCL COMPANY and ALLEGHENY CASUALTY&OMPANY, as fully and amply, to all intents and purposes.as if the same had been duty executed and acknowledged by their regularly elected officers at their principal offices, This Power of Attorn is executed and may be revoked, pursuant to and b mithnril, of the Sir-Laws of INTERNATIONAL FIDEUTY INSURANQF , of the to owin resolution adopted by the Board of Directors COMPANY and NLLEG ENY CASU LTY COMPANY and is granted under and by aulhor4' of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting du held on the 20t I day of July.2011%and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,�1000: "RESOLVED,that (1)the President,Vice President,Chief Executive Officer or Secretary of the Corporation shaII have the Dover to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited In,their respective ewers of atorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances, contracts of findemni and other written obligations in the nature thereof or related thereto: and(2)any such Officers of the Corporation may appoint and revoke the ap�ointrner%of joint-control 1ans,a eats for accoglance of process,and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and �3)the signature ell any such 0 icer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given or the execution of any bond,undertaking,recognizance, contract of indemnity or other written ob I anon in the nature thereof or related thereto.such s nature and seals when so used whether heretofore or hereafter, being hereby ad 8orporaflon as the original sinature of such officer am�the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WiTNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY haveeach executed and attested these presents on this 31st day of December,2015, STATE OF NEW JERSEY GPSUAkj�, County of Essex qP 0 SEAL rM 19 1936 ROBERT W.MINSTER Chief Executive Officer(International Fidellt� JE Insurance Company)and President(Alleg Jeny Casualty Company) On this 3,ist day of December 2015,before me came the individual who executed the preceding instrument,to me personally known,and,being by me duty sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY: that the 5eaCs affixed to said instrument arp the Corporate Seats of Laid Cnmparli-t:;that the said Corporate Seals and his signature were dLliy affixed by order of the E,02rds of Direciors of said Companies, IN TESTIMONY WHEREOF, I have hereunto set m�hand affixed my Official Seal, 0 at the City of Newark,New Jersey the day and year first above written, 'o ",,UC Cn r A NOTARY PUBLIC OF NEW JERSEY Z My Commission Expires April 116,2019 N CERTIFICATION 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on fife in the home office of saidcompariles, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now In full force and effect, IN TESTIMONY WHEREOF, I have hereunto set my hand this f-L-\ day of -71 MARIA BRANCO;AssWarit Se6re�lary j CITY OF KENT COMBINED DECLARATION FORM's NON—COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION 1, 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. Hogan Park Field #1 Synthetic Turf Conversion NAME OF PROJECT NAME OF BIDDER'S FIRM ' SIGNATURE 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, 1 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. Duringi 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 1, the prime contractor, will actively consider hiring and promotion of women and minorities., 5. Before acceptance of this contract, an adherence statemienit will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: C-- Da te: 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 i Proceed, and agrees to complete the Contract within 120 calendar 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) caiendar 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 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: NAME OF BIDDER BY: SigWu're INQ-1�,m4NAL-7-- ) (Print Name and Title) Address State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Document Received Intent Id: Affidavit Id: Status: Approved On Date: 5/15/2017 832982 5/17/2017 Company Details PREMIER FIELD DEVELOPMENT UBI#: 602342647 207 CEDAR AVE Reg#: PREMIFD971 RW SNOHOMISH, WA 98290 E-mail: julieg@premierfields.com 360-563-5680 Industrial Insurance Account Id: 00164501 Filed By Kasch,Joanne Prime Contractor Company Name PREMIER FIELD DEVELOPMENT Contractor Registration No. PREMIFD971 RW WA UBI Number 602342647 Phone Number 360-563-5680 Project Information Awarding Agency KENT, CITY OF t 220 - 4TH AVE S KENT, WA - 98032-5895 Awarding Agency Contact Lynn Osborn Awarding Agency Contact Phone Number 253-856-51 10 Contract Number PPD17-09 i Project Name Hogan Park Field#2 Synthetic Turf Conversion Bid due date 4/4/2017 Award Date 4/18/2017 Project Site Address or Directions 24400 Russell Road Kent, WA 98032 Intent Details Does your company intend to hire No subcontractors to perform all work? Does your company intend to hire any Yes subcontractors? Will your company have employees perform Yes work on this project? Do you intend to use any apprentices? No (apprentices are considered employees.) Will this project utilize American Recovery No and Reinvestment Act (ARRA) funds? Specifically, will this project utilize any No weatherization or energy efficiency upgrade funds (ARRA or otherwise)? How many owner/operators performing work 1 on the project own 30% or more of the company? What is the estimated contract amount? Or is $1 ,911 ,679.00 this a time and materials estimate? Expected project start date: (MM-DD-YYYY) 6/26/201 7 In what county (or counties) will the project King be done? In what city (or nearest city) will the project Kent be done? G S Journey Level Wages County Trade Occupation Wage Fringe Workers King Carpenters Carpenter $55.51 $0.00 2 King Cement Masons Journey Level $55.56 $0.00 2 King Laborers General Laborer $45.25 $0.00 4 King Power Equipment Bobcat $55.21 $0.00 2 Operators King Power Equipment Dozers D-9 & Under $57.72 $0.00 2 Operators i King Power Equipment Roller, Other Than $55.21 $0.00 2 Operators Plant Mix King Power Equipment Shovel , Excavator, $57.72 $0.00 2 Operators Backhoe, Tractors Under 15 Metric Tons. } King Power Equipment Shovel, Excavator, $58.17 $0.00 2 Operators Backhoes, Tractors: 15 To 30 Metric Tons King Truck Drivers Dump Truck (W. WA- $51 .86 $0.00 1 Joint Council 28) r--n Show/Hide Existing Notes No note exists PERFORMANCE BOND Bond No.: SAIFSU0707026 CONTRACTOR: SURETY: (lVaine,legal status and address) All"o, legal stailds,raid principal place qfb4is1nvss) Prerprier Field Development,Inc- International Fidelity Insurance Company 207 Cedar Avemie Snohomish,NNA 98290 PO Box 3018 OWNER; (Name,legal Matus and address) Hothell,WA 98041-3018 City<or Kent 221)4th Avenue South Kent,WA 98032-5895 CONSTRUCTION CONTRACT Date: Nz V;t 0\'_\N Amount:S$lM1,679.00 Description: Ilogan Park Fidd 0 Synthetie'rurf Conversion (Name find lacation) BOND Date: �* ?C A 0 (NO1 earlier than Consilnxfiun Conlrejej Dar6) Amount:S $�1,911,679.00 Nh)(lifications to this Bond: None See Section 16 CONTRACTOR AS PRINCiPAL. SURETY Cornpiny: (Corporafe 4,11 ORA umpnny: (Corporate 17ual) Premier Field Development,Inc. - ilternational 1"'id0ity Insura Signature: ► urt on Name and pint S inture: — A N me and jill,S.Kuictj Titkt^CG1.P1y4_*e 60 OA tle: � s,K ,C )t 11)rrvev-in-F ac t (Any additional signatures appea o cast 0 ance Bo (FOR INFORMATION ONLY— e, c one) AG wr or 13 ROK ER OWNER'S R,Fj1IiESENT,"'1VL: HUB InIvnintoinat Norlhivest,L1,C' (Architect, Engineer or other parly�) PO Box 30 1 It Bothell.WA 98041-3018 (425)489-4501) §I 'The Contractor crud Surety, jointly and stvcrally, bind themselves, their hc4l,, r.xucuwr3, adminiltrin0f.5, 5tXCWurs and '1;3i� I"C rr Pr,9 to the Ovaier for the performance of the Construction Com ract,wh ich�a ine cl-porazed ein by rut'erence, 2 If the Contractor performs the Constnictiorl Contract, the Surely and the Contractor shall have no obj'ugalion under this Build,except when applicable to participate in a conference as provided in Section 3, 3 tfthcry is no Owner Dcfnult under thu Cran.ilructlon Contract,the Surety's oblhption under this 8ond shall arise;atlQr J the Owner first provides notice to the Contractor and the Surety that the Owner is considering daclaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among Oic Owner, Contractor and Surety to discuss the Contractor's performance,If the Owner does not request a canfercnce, the Surety may, within five(5)business days after receipt of die owner*s Notice, request such a conference. If the Surety tamely requcs4s a conference,time Owner shall attend, [Jnkss the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within tart(10)business days ofific Surety's receipt offlic Owner's `The Company executing this bond Vouches that this document confornis to American Institute o(Ardfltects Document A312,2010 tdition I notice. If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract,but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surely;and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply With a condition precedent to the Surety's obligaliuns,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. 15 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; §5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; §5.3 Obtain bids or negotiated proposals from qua:ified contractors acceptable to the Owner for a contract liar peribrinance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default;or §5.4 Waive its right to perform and complete, arrange for comple6un, or o:�tain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the atnount for which it may be liable to the Owner and, as soon as practicable af'er the amount is determined,make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any-emedy available to the Owner. If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability, in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. §7 If the Surety elects to act under Section 5.1, 5.2 or 5.3. then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the(honer under the Construction Contract. Subject to the commitment by ilia Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 2 addilionnI legal,design professiunal and delay costs resulting from the Contractor's Default,and resulting From the acrimrs or failure to act of the.Surety under Section 5;and 3 liquidated damages, or it'no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. §H If the Surety e!ccts to act under Section 5.1,5.3 or 5.4,the Surety's liability is iirnited to the amount of this Bond. §9 The Surety shall rent be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors, administrators, 5ucce5sors and assigns. §io the Surety hereby waives nutice of any change, including cl-,anges of time, to the Construction Contract or to related subcontracts,purchase orders and other obligations, §11 Any proceeding.legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default The Company executing this bond vouches that this document confirms to American Institute of Architects Document A312,2010 edition 2 w within two years rafter the Contractor ceawd working or within two,ycnni vtu (lie i urmv reffises or fails to perfoirn its obligations undcl. thk Bond, Miicllever occurs torsi. if the provisioas of flik fl,,,migraph are void or prohibited by law. the iniinimurn period of lirnitalion available to sourer e5 as a defame in t!i,,jori5diciinn of Chc suit shalt be appficabVe §12 Noke to Oiz Swerv, th. M ner or the Contr-ictor r,hall be marled or dehvered to the address shown tun the p3ge on vdu h their nignjture appears, 13 W'hen this Bond has becri Furmsbcd to a:omply with a statutory or other Icaal requirerrivrit in [tic location where the, coomrwdon was to Ix, perfornied, any provision in this Bond conflicting with smA'd statutury ni, legal requiremew sli-Ml he dveindd deleted her,llrom and provisions eontornling 10 MIC11 statutory or other legal requirement shall be do erred incorporated herein. When so tbrnkhcd,the hucut is that Oils Bond shall be cofwrued as a slattttory hand and not as P.common lawn bond, 14 Definitions 14,1 Eal,3nco of the Crmtract Prlcp, The lotai Inlourit payaNe by the:Owner to trc Contractor under the cwlsmli:6011 conma M'Icr all proper adjusluicnis have bevri rnml,!, including akwinre w ihe Contractor of any amounts received or to be received by the O mcr in selOemcnt (A'insurance or other claims for dwnages to wlkh the Contractor is entitiod, reduced by all valid and proper paymmts inade to or on behalf of thu Contractor under the Conqruction(*mtracl. 5 14.2 Construction Contract. I he agreemciit bet%yeQn Ow Owner and Contractor idcnliticd on the cover page, hicluding all Conact Docurnerils and Changes made to the agremLnl and dic Comract[Mcurnents §14.3 Contractor Default FAdUrC Ql'ihe Cowulor, which has not been remedled or waiveci, To purfarin or otherw se to comply %0h a material wun(ji'lliv Curo;truction Cownict, §14.4 Owner Dafaull, Fadurc(if the Owner,which has not been rcrricdied or waived,to ptiv the Contractor cos rcqutrcd under Ole Consiruction C-ontract or to perform and-owplete or comply Nviih that other vialcrirl scans oF 1hu Conmrmjion Coinrat.l, 14,5 Contract Documents,Al}tine ducumonts fliat conipt-k-,CfiL hctveen Oic()%w rwr and Contraclor. 15 If th s Bond is i.isued for in agreeincrit bcmecn a Contractor and mibcontractor, the terra Contractor in this Bond shall be deemed to be Subcowmictor and she leml Owiler shall'he deemed to be("antractor. Fj 16,Modification",t")Olis bond arc as foilm s: (Ypoeo t !,Pm i"Inelholow/o7r tdd"W maf qji"rIcvwvy qfwhAdjmr6f!.7, wher 1han those vo"he cover P,igo CONTRACTOR AS PRINCIPAL SURETY Cool ally: to 1,J,hnw to T' L: ?,hwo and Ti0c: Addre s': The Company executing this band voitchei that train document conforms to American lw;tkute of Architrets f)ocurnent A312,2011),edition 3 PAYMENT BOND Bond Rio.; SAIFSU0707026 CONTRACTOR: SURETY: ,iNa7c,la�,,al status and address) (Name,legal status and p6ncipal ja ace ofbuiiness) renuer FiLlId Development,Inc. International Fidelity Insurance Conitrul) 207 Cedar Avenue Snohointsh,WA 98!90 PO Box 3018 0 WN E R: 130(hell,xV A 9,8041-3019 (Name, lqgal status and address) City ol'Kant 22414th Avniuc South Kent,WA 98032-5895 CONSTRUCTION CONTRACT Date: NN Q V% Arn 3,ount: ,,1_9 11,09.00 Description: (Name and location) Hogan Park Field 01 S.ynthetic'furf Conver0oll BOND D.w �\ Q� ,,, \ k-- � (NoT eaflicr than Construction Comract Date) Arnou=S 3'1,91 1,679.00 Modifications to this,Bond: See Section p 8 Menrit 1p C0NTB,1kCT0RAS PRINC AL qRETY Company (Curpor te 9kI �o pany: (Corporate Seal) 11rcuflur Field Devetopmevit,1 0 1 lernailional Fidditv Insnranceany t term X Signature: NalV, and Jim S,KuNc� TitITI c: �wa At.-'SLe- rr Attorney-in-Faut (Any addftiona!i signatures appear i i 1- 0 nt 13crid') (FOH,INFORIMATION ONLY—Name, 55 ephone) AGENT or BROKER; OWNER'S REPRFSENTATIVE: 1111B Inlernatiowil Northwest,1AX" (Architeer,En&iaur or other party:) 110 Box 30 18 Bothell,NVA 98041-3018 (425p 48945011 I Fhe Cowractor awl Surety, li6ritly andscv,,xaily,b nd thernselvcs,dicur heirs,executurs,adrninisirarors, suct:csscrs and jv �;riigwq to the Owner to pay for labor,materials and equilimcrit ffirnkfied for use it the performs;ncc of the Construction Contract,which ir. incvrp0T.VCd hcrcin by r6n-cnco,subject to the fAawing,lcrrns, ,1 2 If the Contr:Wtor promptly makes payment of all sums due to Claimants,and defends,irdennnift.i and haWs harmless the Owvnur from claims,demands,Hers or suits by tidy person or tmfirys=king paymcnt for labor,materials or equipment ffimished the Company executing this band vuucho3 that Ifils documant conforms to Amodcan ln tltuta of'Archftocts Document A312,2010 edition I for use in the performance at the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the(honer tinder this Bond shall arise alter the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims, demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims,demands, liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surely's expense defend, indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. 5 The Surety's obligations to a Ciaimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor, I have furnished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount ciaimcd and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or Iasi furnished materials or equipment included in the Claim;and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with clie Contractor,have sent a Claim to the Surety(at the address described in Section 13). §61,1a notice of non-payment required by Section 5.1.l is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment,ruder Section S.I.l. §7 When a Claimant has satisfied the conditions of Sections 3.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: 7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim,stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's Failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver oFdefenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement.If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorncy's fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bend. By the Contractor furnishing and the Owner accepting this Bond,dtey agree that ail lands earned by the Contractor in the performance of the Construction Caarract arc dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the tunds fur the completion of the work. § 10 The Surety shall not be liable to the Owner.Claimants or others for obtigations of the Contrnctor that are unrelated to the Constvction Contract.The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and siiail have under this Bond no obligation to make payments to,or give not,cc on behalf of,Claimants or otherwise have any obligations to Claimants under th:s hood. $ 11 The Surety hereby waives notice otany change,including changes of time,to the Construction Contract or to relatea subcontracts,purchase orders and other obligations. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A312,2010 edition 2 § 13 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration o.`une year from the date(I)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1 ?or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment%vere fLmished by anyone under the Construction Contract, whichever of(I)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by lave,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on wmir h their.signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. i 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be perl'onned,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal regLirernent shall be deemed incorporated herein. When so Furnished,the intent is that this Bond shall be construed as a statutory bond and not as a cornmun law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim.A written statement by the Claimant including at a minimum: .I the name of the Claimant; .2 the name of the person for whom the labor was done.or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to Which labor,materials or equipment was furnished fix use in the perfirmtnnce of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .i the date on which the Claimant I:uit performed labor or last furnished materials or equipment for use in the performance of the Construction Contract, .6 the total amount earned by the Claimant for labor,materials or equipment furnished is of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. § IQ Claimant,An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor,materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project;s located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment'that part of water,gas,power,light,heat,oil,gasoline,telephone service or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items stir which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. § 10.3 Constructiun Contract.The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. § 16.4 Owner Default.Failure of the owner,which has not been remedied or waived,to pa;the Contractoi as required under the Constnuction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16 5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. § 17 if this Bond is issued for an atercemcrit between a Contractor and subcontractor,the tern Contractor in this Bond shalt be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 13 kludi:ications to[his bond are as follows: (Space is provided below ror additional signatures of added parties,other than those appearing on the cover page) CONTRACTOR AS PRINCIPAL. SURFTY The Company exticuting this bond vouches that this document conforms to American Institute of Architects Document A712,2040 edition 3 unip�any, .t rttc ScF�tl Company: (Corpi�rrate tizr,al) Sign. urc: _ `,ipnturc: 'Nhimic a RIC! antr ant£ I'ati : 1'ddrrtM^;° Addrt^ii, Attorney-in-Fact The Company executing this bond vouches that this document conForma to American Institute of Arrh11tacts C}ocuMont A312,2010 edition s � T t 7 47 00 Np N wwD k Y + p / ' r ALLEGHENY COUALTY COMPANY ONE NEWARK CENTER,20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the taws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of New Jersey,having lhelr principal office in the City of Newark,.New"Jersey,do hereby constitute and appoint JIM S. KUICH, PATTI WHITE„ ROSE LUSKIN, TERESA GLOMSECKI, ANUY PRiLL, THERESA A. LAME„ aTEVE WAGNER, MICHAEL A. MURPHY, JIM W. DOYLE, JULIE M. GLOVER," CARL M LOVSTED III, CHAD M. EPPLE Bothell,,,WA. their true and lawful attorneys)-in-fact to execute„seal and deliver for and on Mis behalf as surety,any and all bonds and undertakings,contracts of Indemnity and other writinrls obligatory to the nature thereof, which are or may be allowed,required or permitted by law,statute rote,regulatlon,contract or otherwise and the execu on of such instrumentsg In.pursuance of these presents,shall be as binding upon the said INtERN'AT BONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorneyy is execrated and ma��y be revoked, pursuant to and by authority of the By-Laws of INTERNATIONAL FIDELITY INSURANCE t'.Ok4PANY rand ALt EGHENY GASIJ i.TY C't,MPANY and is nrintefi rrn!ter and y authority ref the fof�owlnr,resclullran adopted by the Bn?rd of Director$ of INTERNATIONAL FIDELITY INSURANCE COMPANY at a ttleeting duly held on the 201h day of,Duly,200 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 101h day of July,2015 "RESOLVEC7 that k the Ch of E`xeoulive Offloer,President,Executive Vice President,Vice President or Secretary of the Corporation shall have the power to appoint,and o revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seat thereto,bonds,undertakings" recognizances, contracts of indemnity and other written obligations In the nature thereof or related' thereto, and (2) any such Officers of the Corporation may, appoint and revoke the appointments of joint-contro custodians,agents for acceptance of process,and Attorneg-In-fact with authority to execute waivers and consents on behalf of the Corporation, and (3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of an bond,undertaking recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seats when so used whether heretofore or hereafter, bein hereby adopted by the Corporation as the originat siggn����ature of such officer and the gnginali seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually atrtxed." IN OATNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these prespnts on this 31st dap of Decernber,20,16. Ty STATE 01:NIE'VV,IERS1=Y A GNSIJA4,.p County of Essex 4r 0 SEAL 1904 ROBERT WW MINSTER � al Chief Executive Officer(international Fideli((yy k uE S Insurance Company)and President(Allegherwy Casualty Company) On this 31 Ft day of December 2016,before me carne the individual who,executed the preceding instrument,to me personally known,and being by me duly sworn, said he is the therein described and authorized ofiic(i r of INT ERNA T IONAL RDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seeds taffrxe i two sr,9id irstniment are the Corporate Seals of said Cornpan es,Viat the said Corporate,Seals and Ns signahoe were d,,.I"y'affixed C';*Order of ill,-,JC"S."rts of(:Glr¢?Cr ,.S. IN TESTIMiONY 4 JHEREOF, l have hereurrr�to set n�rr hand affixed my Official Seal, at the City of Newark,New Jersey the day and year first above written. rrrrr;aeY as M. PuuLrr ; (P A N07ARY PUBLIC OF NE'wV JERSEY .....,,» �a��,: My Commission Expires April 16,2619 0r rA '4�a�0% CERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Pourer of Attorney and affidavit„and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and of'he Nholn of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this day of �^~ MARIA SRANCO A (slant�bccetary i i � ' 1< < I II II II �� "+� '' r v 'I1"'� ��� 0 ���11 �� 1 ! �j? �� � Il � � 1 � � �1 � ,� �, �� I l � � � t ` � � i � � "� � �� 1 �� u l � , � � � i If� � ��r , i F r �� i � i � 1 � � r � � r I � II .( ri %' �� � a.; � I, lLl�. � 1,. �I l 4 i ',.��� f � ��( � i � 1 'f 1 � y I Il ( 1 � � � � � i i i !� i � i � �f � � � � � � � � i ' 1, �.. � � l�.1. I. i � I i i ,If � � i �, i f i � r�I,r: ,il � � ^� � I I � Y � �� ' �i �i �i 1 � i I ,� r f� � J f � � 'fl 1 � 1 , � i o � � � r �, I � � � i �r I� 1 � i ) ; a� r� `�i it 1, , i +, i � � , ( i � � i � � i � �� � � l �i � � � �1 � !1� , � � � � �� � f � � i J� �l , � of �� � � r �, r � i� � i; � � I � I, '" � � 7� r ,, � 1 r I � r I i� �� �1 � I ` � � l (,� � ��� �� 0 r t �� � � � � , � i 1 l 1 �' �� � � � t�, � � 1�, .I ° � I' � � l ,�� I � � � ' �f �� � � � � i 1 � , ' l 1 1 1 I j f 1 f t 1 f 1 1! 1 r I � I�� ������frfi� � ��'��� ���f�f �� ��� I�� i 1 �� �r�lr��ofll�� � ��I�Illf����l�� ��� ���rrrlr�r���r��r�ff�i �� r�� << l�l� �i���i������1 fll I I� I��I���������l�l � ��r �i� Iff� rr �I I� ���jl� ���I � ������ Kent City Council Regular Meeting _._ April 1.8, 2017 __ MInute _ .__.__ Ken.. m--t�� ......._ �.�_. . .. t, 'V�as'h�in ton Approved May 2, 2017 D. Lease Agreement with King County Puget Sound Emergency Radio Network (PSERN)i Authorize The Mayor was authorized to enter into a Lease Agreement with King County to construct, operate and maintain a wireless communication facility at the 3.5 Million Tank site for the Puget Sound Emergency Radio Network ("PSERN") subject to final terms and conditions acceptable to the City Attorney and Public Works Director. E. Excused Absence for Councilmember Thomas - Approve Mayor Cooke was authorized to approve an excused absence for Councilmember Thomas. S. Other Business None. AWE'grca A. Mogan Park Field #1 Synthetic Turf Conversion Project Bid Acceptance and Contract Authorization - Award and Authorize Julie Parascondola, Parks Director presented a project summary for the Hogan Park Field #1 Synthetic Turf Conversion project. Councilmember Fincher moved to award the Hogan Park Field #1 Synthetic Turf Conversion project to Premier Field Development in the amount of $1,737,890, and authorize the Mayor to sign all necessary contract documents, subject to final terms and conditions acceptable to the City Attorney and Parks Director. Seconded by Councilmember Budell. Motion carried 6-0. 10. Repgrtg frg,m Stand i ng-g;p-mmittees, Council i1nd Staff Mayor - Mayor Cooke presented information regarding the potential loss of federal funding for Community Development Block Grant Funds. Under the current proposed budget, Kent will lose over $1 million dollars in grant funds. Eduardo Sosa Cuevas, Deputy Counsul of Mexico, has agreed to assist Kent with identifying individuals willing to assume community leadership roles. On April 19, 2017, the King County Regional Policy Committee will hear the Access for All proposal. Mayor Cooke requested councilmember input on this initiative that will increase sales taxes. Mayor attended the Counsel on American Islamic relations and looks forward to developing strong communications and relationships with all of residents of Kent. Page 4 of 6