Loading...
HomeMy WebLinkAboutPK17-545 - Original - Massana Construction, Inc. - Lake Fenwick Park Floating Walkway Replacement - 12/15/2017 Records M e,, wgern � tillpi T w�ro Document 77oo 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: Massana Construction, Inc. Vendor Number: ID Edwards Number Contract Number: PK (1 '5q67 This is assigned by City Clerk's Office Project Name: Lake Fenwick Park Floating Walkway Replacement Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ❑i Contract ❑ Other: Contract Effective Date: 12/12/17 Termination Date: 5/14/2018 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Lynn Osborn/BH Department: Parks Planning & Dev. Contract Amount: $648,725.00 Approval Authority: ❑ Department Director ❑Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Removal of old floatino walkway & fishinq dock, and replacement with new Division Contract #PPD17-34 adccW 1ae77,,,,,8...14 CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Massana Construction Inc F organized under the laws of the State of Washington located and doing business at 5262 Ol.vmnic Drive, Ste B. Gia Harbor. WA 98335 ("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: Lake Fenwick Park Floating Walkway Replacement 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 150 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 $648,725.00. 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 KENT: BY: SUZ C KE, MAYOR ATE' ATT ST': KIMBERLEY . KOMOTO, C CLERK AP ,R AS TO FORM: El PARTMENT CONTRACTOR, PRINT NAME: Monk Ma 5 Sfvi vyi TITLE: Zsndd —,* DATE:_ Lj, 114 . 1 7 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 Liabilitw insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1, Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per 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. Client#: 632807 11 MASSACON ACORDrc CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIY7YY) '. 12l1312017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. '.. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTI NAME: BEI&TInsurance Services, Inc. PHONE""...77 - FAx 87 IAIC,No Set) 0 6646816 �itucriof,_.11 P.O. Box 2190 eXvAiL -- 888 11 2 " 9870 Alpharetta, GA 30023 ADDRESS INSURERS)AFFORDING COVERAGE NAIC# ..,.,..,. ., ....- .........__—.. _— ......_. INSURERA:Phoenix In nee company ,25623 INSURED (INSURERS Theelmo,Property cazualry co 25674 Massana Construction Inc I --- -- ......... INSURER C-charter..,F Isurance camp 25615 115 Howell Road INSURER D ........ �a��..oma�y..................... ----. 20281 Tyrone, GA 30290-2724 INSURER E i-mea.0 n meee.mpany 26387 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO VVRICH 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, IN$R ADDLSUBR POLICY EFF POLICY EXF .......�'" MR" TYPE OF INSURANCE IN POLICY NUMBER IMMIDDIYYYYI IMMIDDIVYVYI LIMITS S1i WVIa ....., .. A -- X COMMERGALGENERAL LIABILITY X X C0913428180 0110112017 01/011201 a EACH OCCURRENCE $1.000.000 _ DAMAGE DO E RENTD CLAIMS MADE XI OCCUR PREMIDES(c,, r Ara) s3007000 X DODed $2,500 ... MED SAP IAL,.u..ersonl $6,000 PERSONAL 6 ADV INJURY S1,000,000 GEN LACCREGArE LIMI rAPPUES PER. GENERAL AGGREGATE s2,000,000 pra+a pp _ _._..,�... POLICY X JfcT ...,.,IILoc PRODUCTS COMPIOPAGG s2,000,000 g AUTOMOBILE LIABILITY X X 8109G428180 110112017 011011201 coMR'Nrns"NGtl.C°IMIT k1000.000 X 'ANYAUTO BODILY INJURY(Par person) $ ALLOWNED SCHEDULED VVV BODILY INJURY(Per accltlenq 5 AUTOS lAOTOS NON OWNED PRCI ERrY DAMACiB X HIRED AUTOS X AUTOS PLY ALC OlM1 $ -. B X UMBRELLALIAB X OCCUR X X CUPOJ098634 1101/2017 01101/2018 EACHOCCURRENCE s13000;000 EXCESS LIAB CLAIMS MADE AGGREGATE s13 DOD 000 DEO X�RETENTION A 0.000 $ ... C WORKERS YFIRT ABILIT - UB9H039354 1101/2017I 01101/2018 X PER orH AND BMpLOYBFIa LIASILITN YIN �`rArV rR ER ANY PROPRIETORIPAWNERIEXECUTIVE EL EACH ACCIDENT $1.000,000 OPLiCIEMMENI CXGI UI)COV EN] NIA ... (Mandell In NH) IEL DISEASE-EA EMPLOYEE $1.000.000 Ifyes,descri be under """""""' DESCRIPTION OF OPERATIONS below I E L DISEASE-POLICY LIMI I $1.DDD.DOD D Equipment 6706910 1/0112017 01101/2018, $600,000 Lea sedlRented D Install Floater 6706910 1/0112017 01101/2014 $3,000,000 Any One Loc E (Pollution CPLO18021802 7115/201710711512018 $5,000,0001$10,000 DIED DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES ACORD 101,Additional Remarks Schedule,maybe a rh ohed it more space is required) a"Workers Comp Information "`States Excluded; OH,WA,WV,WY, NV Project: Lake Fenwick Park Floating Walkway Replacement City of Kent,Washington is included as Additional Insured,where required by written contract with respect to the General Liability,Auto Liability and the Umbrella policy follows form.Coverage provided is Primary and Non-contributory with respect to the General Liability and Auto Liability. Waiver of Subrogation is (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Kent,Washington SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE "i J ✓~I l? 61 1i ACORD OGRPORATION.All rights reserved. ACORD 25(2014/01) 1 of 2 The ACORD name and logo are registered marks of ACORD #S191571931M18458663 DWH DESCRIPTIONS (Continued from Page 1) provided with respect to the General Liability,Auto Liability and the Umbrella policy follows form. The Umbrella policy follows form over the Employers Liability,Auto Liability and General Liability. 30 Days Notice of Cancellation will be provided. 10 Days Notice for Non-payment of Premium. SAGITTA 25.3(2014101) 2 of 2 #5191571931M18458663 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BYWRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II —WHO IS (a) The Additional Insured — Owners, AN INSURED: Lessees or Contractors — Scheduled Any person or organization that: Person or Organization endorsement a. You agree in a "written contract requiring in- CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, surance" to include as an additional insured on this Coverage Part; and Lessees or Contractors -- Completed Operations endorsement CG 20 37 b. Has not been added as an additional insured 07 04 or CG 20 37 04 13, or both of for the same project by attachment of an en- such endorsements with either of dorsement under this Coverage Part which those edition dates; or includes such person or organization in the (b) Either or both of the following: the endorsement's schedule; Additional Insured — Owners, Les- is an insured, but: sees or Contractors — Scheduled a. Only with respect to liability for"bodily injury", Person Or Organization endorsement "property damage"or"personal injury'; and CG 20 10, or the Additional Insured — b. Only as described in Paragraph (1), (2)or(3) Owners, Lessees or Contractors — Completed Operations endorsement below, whichever applies: CG 20 37, without an edition date of (1) If the "written contract requiring insur- such endorsement specified; ance" specifically requires you to provide the person or organization is an additional additional insured coverage to that per- insured only if the injury or damage is son or organization by the use of: caused, in whole or in part, by acts or (a) The Additional Insured — Owners, omissions of you or your subcontractor in Lessees or Contractors — (Form B) the performance of "your work" to which endorsement CG 20 10 11 85;or the "written contract requiring insurance" (b) Either or both of the following: the applies; or Additional Insured — Owners, Les- (3) If neither Paragraph (1) nor(2) above ap- sees or Contractors — Scheduled plies: Person Or Organization endorsement (a) The person or organization is an ad- CG 20 10 10 01, or the Additional In- ditional insured only if, and to the ex- sured —Owners, Lessees or Contrac- tent that, the injury or damage is tors — Completed Operations en- caused by acts or omissions of you or dorsement CG 20 3710 01; your subcontractor in the perform- the person or organization is an additional ance of"your work"to which the"writ- insured only if the injury or damage arises ten contract requiring insurance" sp- out of "your work" to which the "written plies; and contract requiring insurance"applies; (b) The person or organization does not (2) If the "written contract requiring insur- qualify as an additional insured with ance" specifically requires you to provide respect to the independent acts or additional insured coverage to that per- omissions of such person or organi- son or organization by the use of: zation. CG 136 04 08 13 ©2013 The Travelers Indemnity Company.All rights reserved, Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured and collectible other insurance, whether primary, by this endorsement is limited as follows. excess, contingent or on any other basis, that Is a. If the Limits of Insurance of this Coverage available to the additional insured when that per- Part shown in the Declarations exceed the son or organization is an additional insured, or is minimum limits of liability required by the any other insured that does not qualify as a "written contract requiring insurance", the in- named insured, under such other insurance, suranee provided to the additional insured will 4. As a condition of coverage provided to the addi- be limited to such minimum required limits of tional insured by this endorsement: liability. For the purposes of determining a. The additional insured must give us written whether this limitation applies, the minimum notice as soon as practicable of an "occur- limits of liability required by the "written con- rent°" or an offense which may result in a tract requiring insurance" will be considered claim. To the extent possible, such notice to include the minimum limits of liability of any should include: Umbrella or Excess liability coverage required for the additional insured by that"written con- (1) How, when and where the "occurrence" tract requiring insurance". This endorsement or offense took place; will not increase the limits of insurance de- (2) The names and addresses of any injured scribed in Section III—Limits Of Insurance. persons and witnesses; and b. The insurance provided to the additional in- (3) The nature and location of any injury or sured does not apply to"bodily injury", "prop- damage arising out of the"occurrence" or erty damage" or "personal injury" arising out offense. of the rendering of, or failure to render, any b. If a claim is made or "suit" is brought against Professional es, i dull al, engineering or so r- the additional Insured, the additional insured vaying services, inoludling:, (1) The preparing, approving, or failing to must: prepare or approve, maps, shop draw- (1) Immediately record the specifics of the ings, opinions, reports, surveys, field or- claim or"suit"and the date received; and ders or change orders, or the preparing, (2) Notify us as soon as practicable, approving, or failing to prepare or ap- The additional insured must see to it that we prove„ drawings and specifications;and receive written notice of the claim or "suit" as (2) Supervisory, inspection, architectural or soon as practicable. engineering activities. c. The additional insured must immediately send c. The insurance provided to the additional in- us copies of all legal papers received in con- sured does not apply to "'bodily injury" or nection with the claim or"suit", cooperate with '"property damage"caused by"your work"'and us in the investigation or settlement of the included in the "product$-completed opera- claim or defense against the "suit", and oth- tions hazard" unless the 'written contract re- erwise comply with all policy conditions, quiring insurance" specifically requires you to d. The additional insured must tender the de- provide such coverage for that additional in- fense and indemnity of any claim or "suit" to sured during the policy period. any provider of other insurance which would 3. The insurance provided to the additional insured cover the additional insured for a loss we by this endorsement is excess over any valid and cover under this endorsement. However, this collectible other insurance, whether primary, ex- condition does not affect whether the insur- cess, contingent or on any other basis, that is ante provided to the additional insured by this available to the additional insured. However, if the endorsement is primary to other insurance "written contract requiring insurance" specifically available to the additional insured which cov- requires that this insurance apply on a primary ers that person or organization as a named basis or a primary and non-contributory basis,this insured as described in Paragraph 3. above. insurance is primary to other insurance available 5 to the additional insured under which that person . The following is added to the DEFINITIONS Sec- or organization qualifies as a named insured, and tion. we will not share with that other insurance. But "Written contract requiring insurance" means that the insurance provided to the additional insured part of any written contract or agreement under by this endorsement still is excess over any valid which you are required to include a person or on. Page 2 of 3 ©2013 The Travelers Indemnity Company.All rights reserved. CG D5 04 08 13 COMMERCIAL GENERAL LIABILITY ganization as an additional insured on this Cover- a. After the signing and execution of the contract age Part, provided that the "bodily injury" and or agreement by you, and "properly damage,, occurs, and the °personal in- b. While that part of the contract or agreement is jury" is caused by an offense committed, during the policy period and: in effect. CG D6 04 08 13 9 2013 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 This page has been left blank intentionally. Massana Construction Inc C09G42B1B0 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages, Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political Subdivisions —Permits D. Incidental Medical Malpractice Who Is An Insured — Newly Acquired Or Formed E. J. Knowledge And Notice Of Occurrence Or Offense Organizations K. Unintentional Omission F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and Ithrough n. do not apply Auto Or Watercraft, in Paragraph 2.of SECTION to "premises damage'. Exclusion f.(1)(a) I — COVERAGES — COVERAGE A BODILY IN- does not apply to "premises damage" caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion, (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured; and d. Smoke resulting from such fire, explosion, (c) Not being used to carry any person or prop- or lightning; or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion If. of Section I—Coverage A 1. The first paragraph of the exceptions in Ex- —Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion —All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted clusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage' as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE, CG D3 16 11 11 0 2011 The Travelers indemnity Company.All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prom- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You required because of accidents or traffic Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same "occur- vehicle to which the Bodily Injury Liability rence", whether such damage results from: Coverage applies. We do not have to fur- fire; explosion; lightning; smoke resulting from nish these bonds. such fire, explosion, or lightning; or water; or any combination of any of these causes. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part; or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of "insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed in providing or failing to provide ever, that portion of the contract for a "incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises p. The following is added to Paragraph 2.a.(1) of damage" is not an"insured contract" SECTION II—WHO IS AN INSURED: 5. The following is added to the DEFINITIONS Section: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- "Premises damage" means "property dam- ing to provide: age"to: a. Any premises while rented to you or tem- (i) "Incidental medical services" any of porarily occupied by you with permission your boner,,employees" who ilia nurse pracal of the owner; or registered nurse, licensed practical nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic; or premises is rented to you, if you rent such (ii) First aid or"Good Samaritan services" by premises for a period of seven or fewer consecutive days. any of your "employees" or "volunteer workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer of SECTION IV—COMMERCIAL GENERAL "volunteer doctor. Any such "employees" or LIABILITY CONDITIONS: " teer workers" providing or failing to provide first aid or "Good Samaritan ser- r- (b) That is insurance for"premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. Page 2 of 6 9 2011 The Travelers Ind emni:y Company,All rights rescrved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III—LIMITS OF INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership interest, will qualify as a provide "incidental medical services', first aid Named Insured if there is no other insurance or"Good Samaritan services'to any one per which provides similar coverage to that Or- son will be deemed to be one"occurrence". ganization. However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I —COV- only: ERAGES—COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY. (1) Until the 180th day after you acquire or form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it; or cals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of, the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services" means: within 180 days after you acquire or form a. Medical, surgical, dental, laboratory,x-ray it, and we agree in writing that it will con- or nursing service or treatment, advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages;or b. Coverage A does not apply to "bodily injury" It. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization;and appliances, c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED— BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- TIONS: The following is added to SECTION II —WHO IS ANINSURED: The insurance is excess over any valid and collectible other insurance available to the in- Any of your subsidiaries, other than a partnership, sured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers' for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or "Good Samaritan services' No such subsidiary is an insured for"bodily injury" to any person to the extent not subject to or "property damage' that occurred, or "personal Paragraph 2.a.(1) of Section II — Who Is An injury" or "advertising injury' caused by an of- Insured fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. II—WHO IS AN INSURED: CIS D3 16 11 11 ©2011 The Travcicrs Indemnity Company„All rights reserved, Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED —OWNERS, H. BLANKET ADDITIONAL INSURED — LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II —WHO IS The following is added to SECTION II —WHO IS ANINSURED: ANINSURED: Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only with respect to liability spect to liability for "bodily injury", "property dam- for "bodily injury", "property damage", "personal age", "personal injury"or"advertising injury"that: injury"or"advertising injury"that: a. Is "bodily injury" or "property damage" that a occuIs rs, or is odily t"personal innjpurry" orerty aadvvert that occurs, or is "personal injury" or "advertising "advertising injury" caused by an offense that is commit- injury" caused t tby o offense that f at con- ted, subsequent to the execution of that con- tea, subsequent to the execution of that con- tract or agreement;and tract or agreement; and b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or use of that part of any premises leased to omissions in the maintenance, operation or use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations, whichever are less. the limits shown on the Declarations, which- ever are less, b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or b. The insurance provided to such premises owner, manager or lessor does not apply to property damage' that occurs, injury"or"advertising injury" caused "personal d by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury"or"adver- lease expires. tising injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises; or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- The following is added to SECTION II —WHO IS surance must be primary to, or non- AN INSURED: contributory with, such other insurance, in which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ante. you or on your behalf and that you are required Page 4 of 6 ©2011 The Travelers Indemnity Company,All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (it) A manager of any limited liability as an additional insured on this Coverage Part is company;or an insured, but only with respect to liability for (!it)An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or"advertising injury" arising out of such op- that is your partner, joint venture erations. member or manager; or The insurance provided to such state or political I Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or"advertising injury" arising out to give notice of an "occurrence" or of operations performed for that state or po- offense. litical subdivision; or (3) Notice to us of such "occurrence"or of an b. Any "bodily injury" or "property damage' in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the"occurrence"or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1) or (2) above ERAL LIABILITY CONDITIONS: discovers that the"occurrence" or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part may a. above, but only for the purposes of the in- apply. surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of"pollutants"which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who mei is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers"or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional omission of, or unintentional of an "occurrence"or offense error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company, and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence"or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph I Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS- CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved., Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental injury,shock,fright,disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organize- a person, including death resulting from any ticn, but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs; or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of"insured contract" in the DEFINI- caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph L(1) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- leted. The following replaces the definition of "bodily injury" in the DEFINITIONS Section: Page 6 of 6 ©2011 The Travelers Indemnity Company.All rights reserved, CG D3 16 11 11 Massana Construction Inc COMMERCIAL GENERAL LIABILITY POLICY NUMBER: C09G428180 ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN GENERAL AGGREGATE A WRITTEN CONTRACT WHICH IS IN EFFECT DURING LIMIT SHOWN ON THE THIS POLICY PERIOD, TO PROVIDE A SEPARATE DECLARATIONS GENERAL AGGREGATE LIMIT; PROVIDED THAT, THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION I), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project"shown in the Schedule above: shown in the Declarations nor shall they re- f. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project"shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or"prop- gregate Limit. erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- b. Claims made or"suits"brought;or nated"project"shown in the Schedule above: c. Persons or organizations making claims or bringing"suits". CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit,whichever is applicable;and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. nated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2,of SECTION III—LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: 2. The General Aggregate Limit is the most we "Project" means an area away from premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or a. Damages under Coverage B; and agreement. For the purposes of determining the b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION 1)which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated"project"shown in the considered a single"project". SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright,The Travelers Indemnity Company,2004 CG D2 11 01 04 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following; BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However,coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only, Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS— INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1.,Who Is person or organization qualifies as an "insured" An Insured, of SECTION II—COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section I. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage underthis provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness„ The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II—COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cev- that person or organization, that is signed and eyed"autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow;and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 ©2015 The Travelers Indemnity Company All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc,with its permission, COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered"auto (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against, and investigate or set- tle any such claim or"suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION II—COVERED AUTOS LIABILITY COVERAGE: bons. (it) Neither you nor any other involved Any"employee"of yours is an "insured"while us- "insured" will make any settlement ing a covered "auto"you don't own, hire or borrow without our consent. in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS— INCREASED in(iii) may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II—COVERED AUTOS LIABIL- (iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or"property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II—COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such I HIRED AUTO — LIMITED WORLDWIDE COI "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph(5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity company.All rights reserved, CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc,with its permission, i COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered"auto'. local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements, COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to 'loss" to one or ted or authorized insurer outside the more airbags in a covered "auto'you own that in- United States of America, its territories flate due to a cause other than a cause of 'loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto' is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty, and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto' will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident' or "loss" ap- graph AA.b., Loss Of Use Expenses, of SEC- plies only when the "accident' or"loss" is known TION III—PHYSICAL DAMAGE COVERAGE to: However, the most we will pay for any expenses (a) You (if you are an individual), for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident'. (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pony); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any"employee" authorized by you to give no- AGE: tice of the"accident'or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered"auto'of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for 'loss' to wearing ap- signed and executed prior to any "accident' parel and other personal property which is: or"loss",provided that the"accident'or"loss" (1) Owned by an"insured", and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission, COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: Page 4 of 4 ©2015 The Travelers Indemnity company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc,with its permission. Massana Construction Inc 9109G428180 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.5., Other 1. The following is added to Paragraph A.1.c., Who Insurance of SECTION IV — BUSINESS AUTO Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a, and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement between you and that person or applicable other insurance under which an organization, that is signed by you before the additional insured person or organization is the "bodily injury" or "property damage" occurs and first named insured when the written contract or that is in effect during the policy period, to name agreement between you and that person or as an additional insured for Covered Autos organization, that is signed by you before the Liability Coverage, but only for damages to which "bodily injury" or "property damage" occurs and this insurance applies and only to the extent of that is in effect during the policy period, requires that person's or organization's liability for the this insurance to be primary and non-contributory. conduct of another"insured". CA T4 74 02 16 u 2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance services Office, Inc.with its permission.. This page has been left blank intentionally. SIDDER"S PACKAGE CITY OF KENT KING COUNTY, WASHINGTON LAKE FEN'WTCK FLOATING WALKWAY REPLACEMENT SIDS ACCIrPTEp� lIN'fIL; WEDNESDAY NOVEMBER 29, 2017 at 10 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 7ULIE PARASCONDOLA DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES 440 a 1�7 SENT WASHINGTON BIDDER'S PACKAGE FOR LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT CONTENTS • Location Map and directions to the Park Site • Invitation to Bid FORMS 1. Contractor Compliance Statement 2. Proposal 3. Proposal Signature Form 4. Contractor's References 5. Bidder Responsibility Criteria 6. Contractor's Qualification Statement 7, Major Subcontractor Lists (2) 8. Bid Bond 9. Combined Affidavit and Certification of Non-Collusion and Minimum Wage 10. E.E.O. Policy Declaration 11. Kent Administrative Policy 1.2 - Women and Minority Contractors 12. Contract (to be completed after award of bid) 13. Insurance Requirements 14. Change Order Form (for use if needed) 15. Payment and Performance Bond and Certificate as to Corporate Seal (to be completed after award of bid) 16. EEO Compliance Statement (to be completed after project completion) 17. Bidder's Checklist LAKE FENWICK FLOATING WALKWAY REPLACEMENT 26284 Lake Fenwick 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 and continue straight across WASHINGTON AVENUE; Turn LEFT onto Reith Road; Turn LEFT onto Lake Fenwick Road; Bear LEFT at the fork; Turn LEFT into park's parking lot. ' y�5nnsi Fceerw,u^&A'I�fk .,+ M 82enRfsi � jig +'` F�pexR.kr>ulxt 4w91 5261atS; P 282nd Fit '.0 a87ntl.d ; 52b2nA PI " �. RdI64 tlt0kd iii�/( r FnnW(W�6I WMCI'jOUYM1%6/ s 261d sR ; ' v, 30otti7fJci Lry Nq rt i:h G %/�j, '41Ptah Whp Hamplon Wup IVG(t^ INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through Wednesday, November 29, 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 41" Avenue South, Kent, Washington 98032. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following for the City of Kent project named as follows; Lake Fenwick Floating Walkway Replacement The project consists of removing the existing floating walkway, fishing pier and abutments at Lake Fenwick Park. Construction of a new concrete floating walkway, fishing pier, abutments and related work as required and as indicated in the project manual and on the drawings. The Engineer's estimated range for this project is $500,000 to $600,000, Bid documents may be obtained at W ,A ttwa.ggyLpXgg yr�1S, A pre-bid meeting will be held at 10:00 A.M. on Wednesday November 15'h at the Lake Fenwick Park Boat Launch located at 26284 Lake Fenwick Road Kent WA 98032 Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 41h Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternated or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory, and responsible bidder and shall be the sole judge thereof. No pleas of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 8th day of November,2017. BY: irm�rley"Komoto, City I (Published in the Daily Journal of Commerce on November 81" 2017 and November 15, 2017) CONTRACTOR, COMPLIAINCE STATEMENT (President's Executive Order #11246) Date 11/28/20t7 This statement relates to a proposed contract with the City of Kent named Lake Fenwick Floating Walkway Replacement I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, _ have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order, MASSANA CONSTRUCTION INC. NAME OF BIDDER Myysanumum BY: rr„ SIGNATURE/TITLE 4810 PT FOSDICK DR.STE 237 �I6'80dCI GIG HARBOR,WA 98335 � x 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 MASSANA CONSTRUCTION INC. 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 Lake Fenwick Floating Walkway Replacement 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. i BASE BID: Lake Eenwick Floating Walkway Rgoliligglylent UNIT PRICES (Unit prices include all labor, materials, and equipment necessary to provide and/or execute and/or place Item noted.) BID SCHEDULE BID SCHEDULE i/% o a pry //iii i �b /// /��/%,A 1 Mobilization and Demobilization 1 LS 512) 000 58 000 2 Temporary Erosion and 1 LS Sedimentation Control 6,750 6,750 3 Remove and Dispose of Fishing 1 LS ro,o00 to,0oo Float and 2 Anchors 4 Remove and Dispose of Floating 1 LS Walkway and Pedestrian Bridge 'So coo and 21 Anchors 50 000 5 Remove and Dispose Abutments 1 LS 8,000 8,000 6 Furnish and Install Fishing Pier 1 1 LS and Appurtenances 1 1 38,000 38,000 . .....�.. __ 7 Furnish and Install Fishing Pier 1 LS Anchors (2 total) 4,000 4,000 8 Furnish and Install Abutments (3 1 LS total) 25,000 25,000 9 Furnish and Install Floating _I. LS Walkway and Appurtenances Qq0 w 3(oo 000 10 Furnish and Install Floating 1 1 LS 30,000 30,000 Walkway Anchors (21 total) A. Total Lump Sum Bid Items 1 through 10 $_ ';8`k 5t7 B. Washington State Sales Tax 10% $ 58 q�tS Total Bid Amount in Words: kjIrt+ -Tgam slwry sr.-Jr-'A 4kuruw�cr'r) 4 n* FLOE o , wp 5 a� tea (s rrTs BI© SUMMARY The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: w . , -. DATE: kN h't 17-01-7 (signature) 1 � By: Title: (print name) Company Name: MASSANA CONSTRUCTION INC. Address: 4810 PT.FOSDICK DR.STE 237 City/State/Zip: GIG HARBOR,WA 98335 Phone: 253-250-9832 GENERAL CONTRACTOR'S REFERENCES I 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 Lake Fenwick Floating Walkway Replacement. At least two of the references should be from a public agency. Port of Olympia Agency Name Olympia, WA _. .. ......................- -- ._..........--Address, city, state, zip 360-528-8090 --Phone John Therm❑son _ _Contact Name Swantown Marina ABC Dock Rehab _.. _..... . _ mName Of Project -��,........,_._..... 840,000 — Amount of Contract 2015 (approx.) and Year WSDOT .. —......... Agency Name Faunleroy,WA and Southworth,WA _--Address, city, state, zip . 206-515-9755 John Callahan Contact Name Founleroy&Southworth Ferry Terminal Pavement Preservation Name of Project �................... .... 160,000 __._..... .mm........_........._._...____..._.-_..... Amount of Contract 2015 (approx.) and Year HMC Management __._........_. �._..�.� _.. -- ........_. -- -Agency Name Herron Island,.WA -----Address, city, state zip 253-884-9350 . _Phone ..-.....---- ..... ._ .....�,........-_,. Claudia Ellsworth Contact Name Herron Island Ferry Terminal Rehab ..__ ....._. Name of Project 300,000 _ Amount of Contract 2015 (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): Massana has not worked for the City of Kent BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (November 8, 2017), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. MASSANA CONSTRUCTION INC. Bidder's Business Name TA *yNt}�aU�lnniha�yy r*' By: g pORA Signature of Authorized Official* aj MARK MASSMANN +, + ' Printed Name:_ •,_ nQ;l PRESIDENT CEO� Y+« Title: �%114uuivvvWv�* Date: 1 1/29/2017 City and State: GIG HARBOR,WA *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) i THE CITY WILL REVIEW THE CONTRACTORS 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 fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: �xLu 9Aass n+rr�nt NAME: %^4t- ADDRESS: `lY10 �t toso cc ti7 c c[' 37 �'t1L1 F�rAa:3�rz l�—�A 9U+33'� PRINCIPAL OFFICE; 115 HOWELL RD ADDRESS: TYRONE,GA 30290 PHONE: 770-632-2081 FAX: 770-632-2082 I. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. See Attached 1.2 Provide your current state unified business identifier number. 602 868 553 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. Industriallnsurance Act No,020,407-01 Employment Security Dept.No,553934-00-D State Excise Tax Registration No.602 868 553 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). STATEMENT; Massana Construction Inc,are not and has not been in the past 3 years,disqualified from bidding on any public work contract under RCW 39,06.010 or 39.12.065(3). Signed,Mock Massmaon/President 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 15 years 2.2 How many years has your organization been in business under its present business name? 8yeurs 2.2.1 Under what other or former names has your organization operated? Massana Construction LLC 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 8/10/2007 2.3.2 State of incorporation: cenrgia 2.3.3 Presidents name: Mark Massmann 2.3.4 Vice-president's name(s): N/A 2.3.5 Secretary's name: Christen Bakken 2.3.6 Treasurer's name: Christen Bakken 2.4 If your organization is a partnership, answer the following; 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. General Contractor;WA,GA,LA,AL,NC,OH,TX,OR 3.2 List jurisdictions in which your organization's partnership or trade name Is filed. General Contractor;WA,GA,LA,AL,NC,OH,TX,OR 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with Its own forces. Heavy Highway Civil Construction 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to It? NO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See Attached 4.4.1 State total worth of work in progress and under contract: Backlog-36.6m Under Contract-48m 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. See Attached 4.5.1 State average annual amount of construction work performed during the past five years: 35.3mAvg.Annual 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached Resume 4.7 On a separate sheet, list your major equipment. See Attached Equipment list 5. REFERENCES 5.1 Trade References: See Attached 5.2 Bank References: PNC Bank;Marvis Samuals 678-398-5331 5.3 Surety: 5.3.1 Name of bonding company: Travelers Casualty 5.3.2 Name and address of agent: Robert Yarborough-2187 Brookview Dr.Atlanta,GA 30318 6. FINANCING 6.1 Financial Statement, After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 29 day of November 2017gt,.w �' �Fj� °rra. Name of Organization: MASSANA CONSTRUCTION INC. c ORF 2" * y w t Title: Olzx"0e—A T- =,, 201 r ,+ C3Ec1 Oo''" 1,4110p00 7.2 Mar. !LA 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, 1_Jn_y_ gg 20 I_9-. I 'C Notary Public: f t , 0 My Commission Expires: ►I 2oy,D P,�y + M CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Lake Fenwick Floating Walkway Reolacelment Subcontractor Name NONE Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE SUBCONTRACTOR LIST I (Contracts over 1 million dollars) Name of Bidder: MASSANA CONSTRUCTION INC. Project Name' LAKE FENWiCK FLOATING WALKWAY REPLACEMENT Project Number: d& 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: 0A Subcontractor Name: Subcontractor Name: Signature of Bide r Date CITY OF KENT COMBINED DECLARATION FORM: N'ON-COLLUSION, MINIMUM IMAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Lake Fenwick Floatina Walkway Replacement NAME OF PROJECT MASSANA CONSTRUCTION INC. NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn before m�felp this day of I vj+. - _, 20 3-- , /� I �1M111111// Notary Public:.-�`-��-�a^ �c 0%���( My Commission Expires: 11 ozo PUWC �W �y?`�„i` DECLAMATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above, By: For: Title: tunas ns k� Date: « 29 2. t1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within 150 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 preconstructlon meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 50/h 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: 11/29/2017 MASSANA CONSTRUCTION INC. NAME OF BIDDER """A"ya�uoer�iMrrtr BY: ^-h Signature q (Print Name and Title) 4810 PT FOSDICK DR. STE 237 Address 4 �NY+r'°'rrp�' E� `" """W GIG HARBOR,WA 98335 Department of Labor and Industries ,: PO Box 4 450 P , 4 ., MASSANA CONSTRUCTION INC Olympia,WA 98504 4450 0/1 Ito CC"MS�hC'd2RWF r ux4602 8684,,5�53 ah )C + t�e' by Law as: r Gsttf�o�tSnGsaiitraetor ootCa�1 �9 „/1; � A ANAcrrw� wCrfNNIas,'kGrUfi� �" � � .l 115'fTO +1t,LL �; ,� )° 1CI ata,zill(r�3�1 , MASSANA CON�'CTi�JC"PIO j" TYRONEC,A2�Jp DEC 2 7 2016 r LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT SECTION 4.4 MASSANA CONSTRUCTION INC. MAJOR CONSTRUCTION PROJECTS IN PROGRESS MASSANA CONSTRUCTION INC. 115 Howell Road Tyrone GA 30290 UNCOMPLETED CONSTRUCTION PROJECTS in PROGRESS THROUGH 11130117 Eat Completion Contract Prime or Contracting Agency and Mailing Address,Name, Date Amount$ Sub Title/Contract Na. Fax,and Phone of Owner/Agency Rep Job Description GDOT 12B5 Flat Shoals Rd Precasting 8 installation of Concrete Soundwall panels Pluman Construction Company IMNHO-0483414 00 along Interstate 2B5.Work classes include precast May-2019 $ 5,040,874 Sub Phi Box om Conyers GA 30012 Contract.B3403 County, CA 0-0 Philip Thompson,VP 7]0-922-8660 concrete construction,grading,site excavation,structural Dekalb County,GA steal supports and pile. Precast Concrete Soundwalls C,W,Matthews Contracting Go,Inc. GDOT CSSTP 0006-00(900) p0 Drawer 970 Furnish and install 48,436 SF of Paragon's proprietary September-201B $ 2,637320 Sub CSSTP-0166-01(011) Marietta GA 30061 reflective Nolte D-Fence sound barrier system per GDOT STPdening R 2In Nathan Counts,Cell:67B-648 419D secs during and as art of the SR92 widening Widening C George P 9 P g project. Douglas Co Georgia Phone:770-422-7520,Fax:770-422-7068 0.471 Miles Waxahachie Bridge replacement that includes demo of three existing Creek Bridge Replacement Texas Department of Transportation bridge structures and replacement with two span concrete June-201B $ 3,724.841 Prime Contract No.06153025 125 E.11th Street bridges and one box culvert with guard rail,flex base, Project No.BE 2013(604) Austin FX 78 701-2483 placement of crushed materials,erosion control,traffic FM 875 Ellis County,TX Construction Division,Phone:512.416-2440 control,wing walls,striping,bridge rail and new approaches. 0,374 Miles Greathouse Bridge replacement that Includes demo of existing two Bridge Replacement Texas Department at Transportation bridge structures and replacement war two concrete May-207B $ 3,400,444 Prime Contract E.11 in Street ct No,06153022 Austin TX 78701 24e3 bridges with guard rail,flex bass,placement of crushed - Project No.BR materials,erasion control,traffic control,wing walls, FM 66 in Ellis County,ounty,TX TX Construction Division,Phone:512-41 fi 2440 striping,bridge rail and new approaches. HSIP Phase 2,Puget Sound City of Bremerton,Public Works&Utllltles Inprove intersections Including pedestrian signage, Naval SafetySecond Project ',3027 Olympus Drive,Bremerton WA 98312 markings,installation of ADA compliant curb ramps, February-2018 $ 1,fi19,29fi Prime Street ADA Retrofit Project aectangule r flashing beacons,countdown pedest d an Shane Weber,Managing Engineer Project No.,WA Phone: 360-473-5270,Fax:360-473-5398 signals,APS push buttons and A paveroadway lighting, Bremerton,WA (sidewalks,curb ramps,and HMA paving _... .... ....... ----------- .._..._._ ....._. __.__m.__._......_,,,.,... Physical Security King County Procurement,Contracts Installation of new anti-ram gates,new vehicle and '.Improvements Fence&Gate 3rd Floor,401 5th Avenue pedestrian gales and ecology blocks and cable barrier January-2018 $ 1,119,500 Prime System Replacement Seattle WA 98104 Contract No:C0112SC16 Mary Lee,Contract Specialist 206-263-9381. system to provide increased security and perimeter King County WA Email: mary.lee@kingcounly.gov hardening at King County International Airport, ........................__._ ,_. ....�_......_ ................... .............�. SPLOST 2005.Project 029, Un111ed Government of Athens ClarkeCounty Rail to Trail Georgia Railroad 301 S.College Avenue,Ste 101 One(1)mile of mufti use concrete trail with two(2) Athens,GA 30601 December-2017 $ 5,680,410 Prime PI:0IF 000 bridges,abutments,retaining wells convening farmer Project Clarke Cc, Derek Coster,Project Administrator' railroad line to pedestrian walkway and]rail Clarke Ca,Georgia Phone:706-61orprei, email: derek.duster@elhensclarkecounty.com Two concrete bridge replacements,100'three span&80' Bridge Replacement& single span with 500'roadway installation to Include Construction of 0,2555 Miles Texas Department of Transponation demolition&removal of old bridges,drilled shafts, December-2017 $ 1,875,268 Prime of FM 876 etc 124 FM 676 Waxahachie,TX 75167 removal&replacement of drainage structures,concrete Contract No 02153207 John K.Kiser,P.E.Assistant Area Engineer structures,erosion control,traffic control,flex base Ellis County Texas course, placement of crushed materials,asphalt paving, striping and guardrail, Bridge Replacement& Texas Department of Transportation 155 long x 80 wide Gardens Bridge replacement and m Conslrucllon of 0.167 Miles 4777 E.Highway 80 Mesquite,TX 75150 approaches that includes drilled shafts,precast concrete December-2017 $ 3,300,6B0 Prime beams stay-in place decking,traffic control,minor Contract outy Texas ,jimmy Davis,Project Manager erosion control,demolition of existing bridge structures, Dallas County Texas Phone'.214-320-fi240,Cell:214-201-1360 andamon rscale& Bridge rehabilitation at Repair&rehabilitation of three bridges.Bridge Repair to various locations on SH22& Georgia Department of Transportation,District 2 include demolition of existing bridge parts,asphart rubber SR 150 .161 clearly Road, Milledgeville,GA 31061 joint&crack seal,all lack coat,concrete structures, December-2017 $ 2.143250 Prime Project No.M006108 Mr.Len Burgamy falsework&forming,expoxysealing,strueWralsteel Contract.B1CBA1600416-0 phone:470-445-5130 replacement as needed traffic control,barrier wall Baldwin&McCuffle Counties installation,temporary barrier,concrete patching& GA repairs.Work done over railroad and active waterway. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT SECTION 4.5 MASSANA CONSTRUCTION INC. MAJOR PROJECTS COMPLETED IN THE PAST 5 YEARS MASSANA CONSTRUCTION INC. 115 4owell Road TYlane GA Ill CONSTRUCTION PROJECTS COMPLETED THROUGH 10/31/17 SUMMARY OF WORK CLASS HISTORY O Ie Co ••�� • C 1 ••11 gP0 Y EMII10ACE NIII.•• ••• ••• mplt0 C 1 1Am 1 pl TIII IC IenN CI 1WM 6 Sb Fx CPM1 10 na/Ag YRP ( 1 ( P 11l .It I lI IIMY 9 MAKAX III SRO p 3 - ta YI It d o 1 0 pl ' II II i. 1111 I 1Y.(L IIW Yf wi,9 4( VN vr4 dd 411A 1 1 R I fLl rtl ( nq II p l My L I, rsr ervpl of a 4 AI Y GI IA IAA OY 1} k IWtu� IV Rx dINC yy tl 1! H/aM�fIM " IIII I1 1 ( liN{u :�� ?TLI 1 iF Pig I j4{Ixa�A�'rPP J1 Il ItITJ.1VFl1.ftl l it i�ul r YnVi b!'n N I 9 rv451Yt MI ylfxil llma¢n{1n,0+enfnm fAJullryml MuI"I". "lpOrc(31vurrWon<IhIA, Rl rl.r^no lA l 1 II urr4Y twl .r 1 1 I noo miI {',m wdN:rat Ptumnw I111W1,1111I ml Na(.1'.M1 tNfwnlrlr blIr luuy R u IJ IUP arc Y.A( 1 y nlf. .I1 d NI ..'Idf plrnl. u (PyVI) lnvlrtyvXu AL J m 1 ! 'o" 11 —I'll, 1fa�uM . BJEnN e , u rly AhnW. v+u1 me w'rpn»I .nm E r l 41. !n rvd.d IIN1nnP.aull "nbe.Vnn.xra�rv-m5r%'Wela ., 11+ .1 nrr M1NnNunuuun l.n ul r pn rv0+'+, o _._._ 6vrpnuvu ur1 Llxte Lp v1x :Ihul 11 1"lull 1 I;Imlt n Ili I III,Twill,Wrq ',IQ III,"b I e'P 1I91W u'e01.01iw G f fJ .I l ill I,l I I, Ill 14tlInm VYA Ill %v nnl r o'u`I UY'uA F 1 nr p rcg1 Ill Vu,:1 G� Il onv I;ro 196lr1re.1 I ITIYII L,wr ey lr�l ('�"4+n pl nu weO relOd�, rA::YP>1 v r d nl� ( .4u1'I( YrNe1Ap "}hry tl6d i)!iv IJ rr 1 MI MkY„4!II ( it aP'r I t IN' k A V',11 I Y !) 61111 1 ?x1vlYrkaa 1f1141. �n11 0 fi ^ llp 9 N 1 lµII .. 1 ( Snur SryVn Y�x i n111AAlIY.IrAI, la mlrr ftl q'V4.t fr %NIx9'APYpt ...,i,rl art,t7K Wwrn. Hiq-tlYY.JIA'Y� Flnvs. ,,,.,.,.,.,�_. ........ ..._... ...w...,.�.. II Ip I l 1,1I:o Y A a 4amy 1 N uu ll tY I J 1 J9 k 4F C I 1 4 5n. tllla a TIIlIf llli,{_uN I,f 111111Y liIi j 1 Juo�ni V'�li �. Il .o] ry 1 OYI Y 11/Ih f V p 1 C(4 P �I 1 l f L fnl R t Y4YPlY PI tl 4 fEf Y 1{v 1 ¢ Ir,li llryotoe 13n Lh•n(.1^V ImN P.n lvL Sla rATm vla xu/arll AI III II Ni III l,ipn1, Lc (III :Nel tL4 1 11 ! IDmn d I :rnp.r /1'gYYJI.110'I ro'JAIN i:U 111'f01 P p {0' 0 Ii i+t'0 l k tl IliY IN tl ' ry.nigdwy 1 rY � YI II I nl.'r.Ul'v 1" Id.'n 1 Vf11 i,Y V A I;r,i nC r 1.....v I.tilt L ,I lilt 1lLI In�MI.MYGL IT"I IIuo [ l'l. ..illl 4im NI Ityl x 111 1{ 0 dM. � � Ai 1 I i It III, YJ19#@ 1 111, I 11 110131 I I ly '111.N1,ItAY! IW..I ( 11.f A' RL 1 1 V un.l It i( vl am l�lry AnN� 16.0H41 V 1 IYfnu!„. IA NpI n'W RI11 I.Imin 5l hlwt ulY Io1W Ol IEurry Yry Ile Mrw �L�A2Va C If,I 19 P"Pi 1I "NA'a l t3i ti N I IN 1 1 n i 10 I I I1 1 1 Itlr N U 11 I llu p 1 1 {I 1 11 t YIIIII 1 I.tlf 111) [ eie ifl'np t 1 Id lu Nl 11�R 1I VII.... 1 1 Ill H'I 1 I i Iv ,A Nf, glr9 ,V 13, 11ry4 L 1 u! Y Z dHok as^f1ly lad Nj Arolr lb�ltl dltl4 V wnIlIU1 Am111 .1 on1 Ir , to 11 11I R,1, vy $A 1: 11I! ,1 I 111 1 Il I pPV 1 51 VI M ! .( '1f . onu f,u� �I .'GA 1 111u't J 1 N.e{ 1'orr m rm]ulv' v aypl ,rlr d ref 4a Gw s J 1av1Uu 1p14 11 rI II iJ qnW 59nk OnvlYli v If.I'll ry 11V I dl, 11 I ,I:o Y L Vl.inr µ+vinla U AP 4Y II IM I 1110 Mf PW'Y', R YI rocral 14lw I1,R PY .nul 4 t 1.-, NL I,II l :xawnl. ed MrM mrr t>A 11:4n et rfren rlF P.er iaL w.vl?JuV ' J WOnIA4 ,! O)I III N'dmY1 p r'o,An ( I_ ) w.11 Og1a B fl ! 1 prl 1111y �C Le Id Ill f1-L 11( Yh AI VOA .1 W.r� vl llV I o nell xbWYe n nv px'ntlyb Y tiupl.ryl11pl1iVre d�WHryflp Uoni-to 11 i'o111anb"o"I,I I ..Ye 1 p )11 I 1 tll tl 1' I f 1 U Mff NIM R 'itrlonl 11 u O fY I W II tl IIIIIG "r "I'I " Cc ad 1X11et uHi l6 bo1 11 .uJ J , 1 p tl.'jo,w , 11 II ar ld ip 4n i3l.:IDuy d 1 ,VI,IPAl" ,,""I I'9uImD n Ull P v ,. ._._.................m....... .......... .................. ............. ..... .. ....... ______ .. YA YAIIT�O?P 11'11.ilNu11 n Y'a h. 14 WFlu IODIII{'dpNII 4NIW Illu.Y 11 uptytf„ I 'Alt 'l wuP M1.ui I,,,Idl VOA 1AIII)II d)Ill 1 11 loo tIl,rt NlrN or dl imn f WIV f011P 1 YrL11k AIrNNu 11 I'rvV IhnVlxNup Purr all 11 yS1 ,'II JuT'I Inl(_.rm III Wn V4prva.J2i 1 9H1.P,tr IVI. ill/lid .WN1 Iu4Itl'.1 Xi! Ine mrV 11 Av.F w ... nowvn,"�rtA.xmolrnnmw u r 1 11 r 1 !n 1 ry 111: Inu n rt t ) n,r do IIIvaw' v II nchp U ) rl( t tt Y O1 u If4N sth,11,.A 1 u 4r. A t M 1 1 1 I m. kI 1 1 4 I S J I 1 1 4 M 1 I II,I,I'1 YAq b d V o tl 10.3� ! mp.r� 1 ollr nen ��.nP rdl ld rl d9lfl. ll 1 Ile 1 I 9I. !. oYala Ilu1 . I vx Yoo,I,n Jon .n l I u.v,wr,u.'.I Irrn,b rP xlrumr.n. r.i^s palOYrmp k mpnMe. Inl•1P n4uGl II a u llan nu ! e x n1.1 1 >Hu 1r II �I ohot. I� iq '�rl r flri I v.M11 < 1%i CAI J1I1Y9 Ib 1 1 Ll LY'.i 11 1 1 }IrvrcVO NMII----I) rr MASSANA CONSTRUCTION INC. 11 h Haarell Hood "yvno(,A')O aR CONSTRUCTION PROJECTS COMP.ETEO THROUGH 10/31/17-SUMMARY OF WORK CLASS HISTORY Conlnet Amount,PNme of'" Coular In A and Mail In Address.Nome, Oele CampleteE is Sub TIIIeIConlrecl No, Fee,lend Phone at Ow ner/Again,Rep Clneebud of Work J 11> 1ll I 1 1110,11 I'e I ei1 e rre ,pl 1 ()1 1 1,�,1 Irl I1aI he,n�Lar L n ' alo tivo 1ane:t 1, 1 ,1 .uu ,o ,e mrtl ul let,rtupneA2eld vr"I'll","I'll", .SUJ 1 r l wu , Teror. I r..irl, a i, Inevnl+p r;vo� eueamn I„ Jbbn0,1111 ell ......... ........__-- ,. ._.._ __.. 1,1 1 ,n,IIIN 1, 1 1 n, 1 1 n If no. 111 Rryllrl 1 ♦ e,II I,I 4I)I1",n0 L �m I I Ir rn L :r lie vxrq ,1. If,r +n home, .. I r-unA ma vg I", ell"I IH1)It" eld....Itim all Ill e,1 I u nnefrlanear a, ...el"aa ,I ar"h l IAle- ry ( lMayu ) r,In)tfev +1 ne'.It ,ris el",I'll a 1,.u11[,1 I I A r,11 ._......._. ,... ...... ._.___, ._ .___w_w_ ..... .. .. 1fill.all i III I 11 1 )e l.,a wI1 not les laI w. 1 III 1 1 I e 001 1 .r„oI rl 111 J,,;,, 1 , ., .e 1„ Jel w r .mlel yr( r ,) 1 ,,I I ) r to-n l 1 r.l el, Dove 11,rI snl I a, .r,t n 1 n Po 1IX 1 A'Alii I I 1 111�11 1 i A Ir: ati1 sin., r1PI a„lOITIArlr) r) oln11 L110 1< , i 'if,I1 1 .Pe 1 �..i r1 1 v .aln' , Vin)HBl.n 21r . ,n a i Nil a.,I I if I I i All I I ,A 11.._ ,d.Jwe wl 1 1 l,,j It r,..Iel,I 1 1 1 'r n r „ 1._ hillijrl 'if" p Sem H lolr ! H ,l.r,.,r 1a r111/w;3 11 11 �er w )110tp_.1�1 61, flallI VI r ll'1 a3J.1G5 m „I , If,'I Cl/� e....I ll I[J,- �i r.i,,, q,,I rc . SIII 1 N c� I 6 ".nl IT VxIr L, , .1 , l enl A ll �e b ) 1.eo 111,01 " n leu 1 Pbae I . , Ileollel fill r) lum e l wetly n 1wn em1 1 J n y, A n It . ee 1 1 II ,m+rum 1. 1,,�a 1 Im l000, " ,x ",�, "Ile, e J, , (. W, 'ilnffof I,. rz:,v 13, a Hie 1 ,le,1 =I'i 1. 11,,II �r u„ 1 1 A,,1 1 .1nx u 1 -�^ nA^a. x"6 u r r rr ur avre� rv., ,,. aIIA Ip r.eYJp V l 1 1 1""i�1 1 m1 rm 91Idr 110 Ill- bxu lemUY ^nrt a.1a�', 1 1 e1 ul Hlen val ) )Irrf r01 I,foeo 1 _ rat, „1. 1. lyc„ P� 1 ,no tip' 1H lr.�slat )e,1 rl 11l al ,:1r1,�. o w,J ,....hr'A 11 na.roan en I,1 mo.tin I11 rf,l, t,r filar,,eo1 .. .... ...... ........ _............... ... ........IMramlol go,"Pods&x145r-<m#NJrrzn.nm<Aarvnn........._ PenI I I I if le 1 Il la.'lo < (I L f.ocnry,o 11 ,n'fe k, r 1111e1 Arp, 1 .r,I.nre 111131'rtM1 I I I rI, e1yl1 A 11 1) 1 I tee �! 1 eq,ems ,,.1 1 i'll ,1 1,,, 1,I""" Rmn,nalm 11 axlolif"lle1 AIIQ I Ico y1 nnm arz , 1 o,�,IJr uuy I r1111, 1, If sulen nl tl, cI'I,"I ,. alr`,1p,, nJ .,nryut Ir nr.my)wn 1.e, uesu , f...1 ...�wlbJ flm 1 1� it 1 Uvlrt A lan ,fe 11 1 ,1 ,�mb it re. 1 I n,l f .1,r, 11 III?I, .0 ,. ,i eu 1 111[r,olR +lAR i .1l i, nnw Irn•ji ll nJ„ 1 ,)i I h Mrynmr Y SJ, r r P al"I Ilb �9l n 14 L 1 III 'Iu nlm It 11 ,Y ln'Fl If >x'r !e r let , ...1 l I y �o. r u. I 11 r __ .........,.......... ... . ...._..,.. .,. ...,. U Ii, 1 Y iry,l V A U 1 Ydnn J UI, . )I Ii p, , 1 Jp1 I.11, ,f 1 r Vee.. 0 ➢. 1 ,Yea enn,lI 111 I ,n if g a ?rll6 ?,101, r Vilee. , ,llV 1, 111("1 "I'll 1iARr 10 fed Jt r 1I felle ,lJp 4r1 leae,I nW;le I1,111.11 1 If,,od ha 1 11e �II,r1 r1 1iw1 r r1� III,r1 l;a1me� 1 Ak I,nv))oa n'firella, AI11 %k1lI,laib II I..,i .M'1 r I Balaor A9( ,III I irki,ImIli M,Y CIO inf1106 Iall,P10IN If jj li 1,.. (II Jla)I 111 , in . ,ol �'+E I� 1 11 14L 1 1 1 I p. fV Gr1 C 1 iV 11. _e1p S]J4d.i! ,III I el,lao,Ill 1 1)lil,f,r I Imtl R fl I, 1,1'91 1 1 IfI.I Lh Ilpu I r Ile iJV J 11)1 if I 1 erf l 0 In II'n P r IY r 'r r I r 1 nu 1 1 Ln 1 1 rnswu /,peteorr, ;eo,au n 11.m,1 1 a,H 11 ov ,r 1 C r 1 r1 rl,. u ny reel eel fl H'Inl 1 1�1u1 I I,n'.1m1 rao .let.r, au,I. epail, ,1 1 1 /1 [ y'Pi 1 I r 1 11 »L I ) (I it ry I t) MII F -al 111 1 111 V l�1 ve1,r^n 1u yr r ,.I fd. t 1 Vr l_.la Ili, I i 1, Ip:1 i,o r' 11 r11 , 1 Irz < <1 rl+n. ON a Pf 1 I 1- „ 1 Ir r cv rin 1.1m, Hi1m2G) Y11t r lY 'if M urzer .:,La 11, _.I ',:Jrn Iln l erl inn UM:re'l I I Ill0 1.1 Y ,11 11111,1 1 11 1 1le, IfIlf,INo JJx "LEUJ1aV GMf I I I'll"C1 all Ili mN'al r 11 q 11,11 1n11 ntl OIA r a K,IHt ri NI Fl,'. 1 Y....l.if,Enp f Ili All.,,l e"Ill I 1 11 if 1 1,r L Ill I I,�.�ff I'll.l,, III I'.. 1111 in i�.. 1,', ,ry.I vl "n 1" AI ill?GY(I fl'0"1 I` III. ,1 1 1 I r1 ili, I[I" I ,HeG YMW Yaema Cuerill..: l Pine one ap V / 0]I1 r NIL ,my.as rornnnw wonlf 1 uo Jo 1,11 .:wta. a, r„ a, ,. e u.o J 1 I: III �,w..� , 1 r n„l niv �rv)zo 1 . �ht1f 1 MASSANA CONSTRUCTION INC. 115 Howell Roed ' TVlono aA 30290 CONSTRUCTION PROJECTS COMPLETED THROUGH 10f31117 SUMMARY OF WORK CLASS HISTORY Conlrecl Amaunl Pill of Containing A9enoT and Melling Atldreeq Nemec Delo Camplaletl $ Sub TIIIeIConlred No. Fa,and Plmna pl Own lr Aiii R.P Clewjael of Vlork ............. ...._..._ .-.- ......... ......... ... _.._-..__ QI I labllrl9l Jlr,01 Ill V I ji(19C 'C it, II PIV Vill I"If lVI I, lf 1) e of 0llpm I'l'i,lol,:A-hontlf it,oI l OrNga iIfVI,, if l`OfCHtl02 i yn 1, i t , .ban l 1l wal otimill, Viol oo,"i 11 i... ,n I ur e I',1(n03 „I,amc a J, U-i,, Fl. 1J.i Y 11 +c,l,l[1,1 II I,'IinFl ' ^V IIII tin Illifill IIIL-l-slor4 ,I I , I llo l I'll" La , 1 , 11 11 I v [ Nfi-1M1OB f/,V/ ra11 III 1, I, a�p L3n'xl, i Cgk[ I� I Illf. f1 i olia I:mmly WONTOViV sl,inl II tll J 1 W I'I VI ^1 tlln 4 IYII 1. 'I 11 U 101- ' WOO N PI��:IJ " II Ill'- 1 OAllI ( 1 1M +V VJ hln II M111 I'ye'I,Gb,I f CI fl I L 1 km,aol 1 ,IV d >94on ,r xlry L.e , h•r I M1 fill ,t,e9` unn �I m,Vt f Iml. Aoll( of Ili"I'.' ,,, .,,'.,. ...... o��aoar rl , man it Ian 11 IV I I I f I m 10 f 11, 11 mi ].IJ I,, I , 5C6 ffNa,vl , I ,Iivae 61, p< tnuol .I w1a1 ..r,rcdaal nPnaa 9' 111 l0 Ica.r:,noll a tm loos t K, "0nlu, IIII I,rlr;,i ,I v IItNAa r.vulr0 o L +'.IN Pl I. It, "I I I . ro GI I w I , nr an.Inca ,nv11 i,Iedln Wd.,l pw paa ...._.... .... fillI IIV A4 ,r 1 I a"I (SI, n d I All d cl p , If I 1 1:kjIV 'a r, In, GU/r 1� elon, Illi It r III I 1 Ne ,, 1 , 5, 1 IJJM1^ b eI fI I R a„ „b 4 ,0 1 u 1111 , 1 .ay III) "1 n or. 1 R v_p 11 ,v I '_ ....._... L0� ,if, tor... V 1,1 q,rl 11 fit Y, I x 11. InI 0,. r,l ,rd rsnn 1 ill'Ptl:n„,'.V,I „ �[f I '�. � f l' 1 IJt] )/ I r 1 i'�. Ilc� 52+1iT1 I V I I t oW,pril , i liul 1 ................_. I , .IIII 1 ,J,tomIV, ,1, ,uaoal ^I+nnpnr pc ) Vil u IIII u Ir n 'I! u, I'll,I w,„b aI ...rp: rr Pnm" ICI a i, 1',,, sr nla A n - ,« I 1 , ,l�r III,nG,v,I,la o1 aoa a Ict u»ua 1 1 r� 1 n 1 Il' a n II re will r nqr sr , Iva 1 r o III loa rn00 en ead" Ili <I n' tlli r�.nr1 ! u snout,Ia ,Ina 1 ,m.a a „daR l etlmagr fit ; .: 1 ! 11 II ,GI iVio If I of,i joll it (I l e, <um;. C u)1 „a„�,Jp, u1m ,I e 1, �1 rl , 1„r'nnn n(I V11 o, rev n.co,nm,cr, loo I, lxi > Ina I'imn r,re:1 IC r1 1, nil 1 11 rn nDi Y1ll I oi lo l of ' u Ga„ O 11 t Ilclt 1 11 o aF'oO r , I Y r ub 1' 1 Il n� 1 r'Ill fL 'oo to- rQn 1 VI, I' ......,,., .._._ ..............................................luil Hot _... __. Il 'rn, I Oil III pafto or,!(31 1 lal,(,f1lrV'I liol,,1 if H(I I".. "It""It"i oillI ,p ill tl 1 rn r I11o11 1).1„solos 011 ,e,011 11)1 V of I ifloVolt f 11 - , `1111-11,lrf� 1 ryru+(x d,1y 0. l If"h] ry 1 1 I r to Ia n19. I1, ,:rn o,l l u,I l l n.Ill111110o , 1 dt m,�n , n,r t ijll, .. . ..IIII. .. ...... ..... .. _.. ... .. ..... .... .... IN ly x t rm oI,1 t Iail n ,. K 1 lv 1u ,1 I H a noloo u 1 , rr I0a IV uir,0m vo IIII PJoin 1 „ , r.en, s I n 1 1 ,< a+ n I 1 1 II r 10.11C 111kPI 1 n rwn.. 1 .Iy of f 1 ,nrmv In .... __..... .....-...____ ... I.apml! olb1,_N frn 11 I 'yf I 'I1 IY+1'GI Bi it fl , slA nnu Uol x Idf I111111 I'l I 1 VI i I I tl ol,d,ij L 16,e M1 I bif 1 ,Vif, r.iaiNa IG d$6'10) I' , II 1111111011' {I f t+V 11 1 111 1 1 , Y I n, ( II^n, lilt Olb i Pi Ill rf,nll In,l iFiUE II r Ill Y .01 , ViHi I I I,nar 11. b < , 1x 1,il h YY 11r]3111 I I /0]Fl6 - apaifP ta, It To, j Ht,d lIiiI 1 ,1, II„ Vint" d ,1.l- t of t IL ioo L ,pla,r 1 I A 11,f J l tl ! 01,I1 I I fu r. laonovl ,Inu1 ,0 a. 1m„N ua1< ,. ,. I, a1, fit..t ir�i.1 a ,d nr em nba1 „1 z L,ezir 11 1,.ni n H 11 1 1 °"II 1 u 1 v V,1 1 1 I1 v nl'll m111 III co, ,II ,1111., Ili n I.y 1 , pl 11, 1JiF.I , n Ila n, o,e bl 11nif r r11v1 P,Lfn I I xl m'I I 1 a1.1u 1 <aini. In , ;n. 10', 1 mi 1 u 1 a n,,,.Il v , I""[dFl u... 1 1 rA,l;,"r ,J ]LI(....1,.1.11 1 cnl1,tlVI ITIaNn,onI I 1 . I i'A' i U-ilpa ,g1 Rndiedl 1, 111111r , 31 ,oat lilho 11u1,. 1 .I Il 'lo luoac 1 ,'III,I11j)VVV I lI 1 , .I,. ;f 1.0 r un , nb 1.:.',CLnI L'1.n.1 11 , III , vol,Iu no r. 1 nln 1to,rz-.10a.rn,anz I'llV I ilil I I I I I1 rr) oN1 >11 1 II U I d 1 b 1 Cr 0 , . I 1 0 IIII ti is ,I, p w , r1, 1 ,n , rI ,III 1 v..,1V 1, , ,v:,I u1, ,,tm a. �.,�1 r, .1n d 1 nneI 1al.I),oa ll;. MASSANA CONSTRUCTION INC. 11s Howell Road Tyrone GA 30290 CONSTR J CTION PROJECTS COMP L ETEO THROUGH 1 Fail -SUMMARY OF WORK CLA55 HISTORY Lenlrgcl Aaunl'.Prime er Conlluling Anne,,FM Ill Addreeq Feel to I.CamplaNC m f Sub TXIA�Co04BLl No. Ill red Phone al pwner/Pgenet RaP Ugee leaf al Work . ............... .>..,.. I II P 0 II I Ita Il I I} II 1 Ill lq[ 1ll IMh L e 1 n 1 I'll I Lpo Iv e n Iv la, " 1I fit911Is Ili, Y Ir :,It, LL 1 11 fill TV Y:1111 0 Il nN l i 011 q! I fl, I q., P r v l . I t I. b illt, , .... ......... ........ __ .......... .. ... ......... ............„ l0d < ! +Il le t I rn1 I of 1oc Ic I Yr I. I Il,ox fl m,..t I1Ph I l I .r4rY CGI 11' P(n'ia 1 a (ei IF r'' Abl ll.,.im 4 nhgi+i I1110 I IF L U l 1 a —, I IrIILYAI I If Llca: T:lq �1,1 I 1.. ,... � P J Jere a m y I t I ..._.�...... ......__........_... _._....... .... ........ ... —>_— i rl I ( 1 _ 1 f II f I L I( 1. I)OC 1 lit: t1, I 1 L L f 1<� ... ,. l L oe1.9 l IT AID' I 1 1 VI: Ix c l P 11,4r II 1 r�1Y t 1 r I u.;r I I t v 1 rz.rr 11.Al it ,1q G1r I9q u I `Igi I v Wnnmrl. Lr I I. .mo I I "rn I Fill f 'fH1T1 11 l Fit I, Ill ID 1 1 fAvI Irl 1,', Ile II4"ill ai II I IF R .ne nv 1 �cg11 1=I r 1 n ,ilo r1 1 YVIu.,� co Ill 1 „r, o.c I 1 I I r 1,illr , a� I iV _..................... ___...... .,.., ._,...._.. I,I e 1 u o:Ie.r.Iv, VI 1 [, 1 1 m1111 n!a t I maoh 1 ,10 lI'll evIf r, 1 rug J R "y r 1 1 1 1* In ill,ur„1 1 I Ill I 1 .mqr 1 a III d I I I I Ill Id rtnhitti,I r,l ,e 11 1 "I fl ur... J,fo V. I r b ,I 'I r I oILf I II 1 u 1 Ill, m ( 1T,nmom 1e ., >.mu11 r .e II .; n ulra a eo 11 1 I odlr 1r I oII hneaer w R 1r ¢ 1 .11n I , r..�r.� eee� 1 poor 1 1 1 o —„ rr � 1 re r1nIF f r � r f. 1 .r1 TV I, I,l n r I Fill I I I "t, VIT,¢1 ij rqI m, bl u) Ir1I PFlnv nriv, ,11 , e. r 1 1111,e I al,i I'll rr s.ly.... x, _1.,mi No , I If 1 ..r r 1 J t angn 1 G n11 odN. t • X n der u r .,erp nt c, I II Ylan:S I' I.. PI I1 tf R1C of...9 r III II aBi Iln�r 1I +;i10(l(111111 1 iu.i II li 1 1,11 1 1 1 ifr.le 113e 3:bT fl vein a me 1. )�.r� R 1t 1. to er I r I'll',;I o a 1 u n < 1 I I( fill,:lur 1 1 r 1 Iaa r 1 r 0 I je 1 IF I IT ill 11 , rI r 1 1e e,,. 1 i.,e ,r fer :, r r< r - a 1 < t r_ r +f onr 1 r1e p ripe I Il, u Ilnr h 1 Pei 1 1.IO IAI I s F.I Ill 11 (1 114JI if "I hill 1e ptFifI II rpin..o 1 11 tev1N t try+IW= ( III hl I'll"I ll. Ill r, rrl l i,t. }I r lr eTn .:mry Ir �leitt. II 1111 1 l-11, lu L retli„n IYI of 1I1P In 1.'In II l r r 1 o III Ill IFi!rr i, r i. nL Fill_pl V L.iFt vl I.IY �I I..iL fl i 1 d I.iA 'V...a1v cv ,101 snow Prl Ilnln.5.f n ✓re.r0gi 1 f1 1 1 1 r IV1I I r I g ageel�o p u nmr,fol, 1 11 it Ill I 1 I u I I Ill,1 I 1 rart� I N 1 o Io 1 1 I,00 Mt 2oc 1, I:0IF A .,1, ( Y ra,l/ f f11 f I Iit m I0a GGdt Unt 1 �I II rlio 1 ,,I I <l ill d y e w I id eban I I ioimo Jrr orl rIN;1 I I'll ,l It nl1n d 11 II n V IFV e. iL 11L 1 I 11 1 ] A,l,em� x nar I v H r I t I w%�1 m 1 .J"01'o 1I o 1 1,l v r11 1 I n 1 t n eI 1 1 1 1 r+11 Ir rl4rr,♦ti w I ,bd I I!,if i:l e'l),e1 luut cv0 rk 1.I O t R oM94dl or " it 1 'will n.I II f n/ .........._._......_____ .__. _. ... ......... ......._.... -------------------_---_-- I l"pAli 1n Jill fit I 1 1 le n 1 1, 11. o��n 1 Iai1 m I�n..n' 1 I r 1 1r1 1 t sou nle,lu r 1. r+n= I 1 ,y Px1 1 e'. m nVf&lf(i e,I I a 1If( r l=1 J 1111 .'i0( r fi M1 I "11 I If It. r,4.ill:, .11 rllnxcr fill l r I rill.'IF tli.I'l1 i 111,IaI I I I I 1 ....................... __...�..... .....,._...,.. �. ,,. ............. .........._�._ q 13.r1 I..i n f.l r 1A,l1111 W, IVI I0:' /.:/f.n 1. .l l i,.�ai l +In11, ii cli lol! 5 oa_, / li'in"� V Il uIGCU/ tll yJ rlv tlCll lHI i1,G f < 1 r)nu 11fr( I pi:L. t II! F RI of11 I f-n9i'ixrl i,nt,ulll lynxnirtl L VI r ry IF"IF Gaul I'ue.; ill I 1<.ile MASSANA CONSTRUCTION INC. 1 it,I awa I Roan ` Tyrora GA 30290 CONSTRUCTION PROJECTS COMP LETEO THROUGH 10131117 .SN MMARY OF WORK CLASS HISTORY Dal.C.Fribi d Comreel Amounl Prlmaor Tple( ...I N. Coloo-long Agency and Ill Addral Nema, CleulaQ of Work f SUE F.,antl Plum.10....Ageney Pep —.... ......... r, ..Mp.i .. .. ... .. .. . .... ..... w........ ... ........_.. e Im »11n1t i II if eJ on 11 I lli Il g I .Ir Loot/ Ilf i.l of ln.2o l ;al„el cuinly aVvu,Y 2Ui✓ $ (�{,y pf0 Filnlu In I O oga I'lluICII I( 1 3 "' er,11 1 I J'..-, 1 f erliiiii of ri 1 VPI< I Iwl, F rllxdtl o-nlll mslFri lulnwllyl mullo- US I a 1 1 li t5l]9 Il,o/.1 001 AyaiuC 11.111 Oiy ,leletl oil 0 "^VIr.1'�jolnl Ild .'t if Y II 1.1 I!A G R.I,u 01 Fall 1 I'I. t I + > lOo,l/ 3e. IJt I 1 V 1 Ill Gill A I li rl , �p11 A rI,IC all,N n0. 11 111111 Ir ql L11� I ;L1,.1 II< �n1 11Ill-difili f avagg lialrIgi up, n.I'll, V 91nraC I I I 1'.1 Coln 11 a I Fri III 1Jl'I I IU'hi 1I I"I 1 'bb llullei ..... ....�. _.._ .. GIX l I Ili Al,Ill, I 1 I III, IF, IF, II I rJ@1 1 '.11 I1 Ili inh,, A 14 1 kill' 3lG iR✓( f / 3M1(ll,ul/i I nt l n IJI r.p]II .I la t i 11I IRA ', r /+fll La u 1.Hoop n I 1 � lnu Hal;lzn lane , J,fit dpv I 1 rl>� oo I, 1 I Air 1 o.H o 1, 1 1 I'll[I r -nlny 1 LAr rAW lwvull3 n 1 1 1 101r, r � rl.� 1,1 n..nbu xurq g 1.1 Ir 1+ Cbn vlu I II r t P.nnt 1 I, "M III,IF'1J g i u9m� PI111 .tlt l 1 dm Ill ifInll lulan I1 1 l 1 IJ 1 11 +e111 q InllI'll,I la 11 11 t Ij1ip F ¢ i ri I '.Iti k �alnbe '+01h F n, I` if LI IFtrrto WAOIFI19 Nrir 1"Il1',IIa 1 nll, Ilniu�ly In I-i IF Fr_III Enl3 Iii,il III lair I po 1 ea Irq ifu nlruCl n ' nnq 1 1 1 enm pr 1 1 le< I'ing ,loT IrUll ntlR I Flyr Ill,ev N Ci r II P u 1 1d y 1 U'g 01AI eIp Y+I N.ulm %. 8 59,Fa1 F T n Ill l iOmi 6A1 n A I Pf l ml vr..an�l Ir IIJ1 or1 If.:1,0 . nlia l 17,alwr..a lerl gPl1.. -orsylM1 wu Ill n n11, 1",w wo 1 „+l"I'rtewnn 1 o-1 1 11 t P R1I of r dI 1 II II;Rlllnm.ay I+pgl.ho "I a 2,oA uz Pllnle II • 1 u1 I , .e 1 Y I r r I l l 1 ap to III, a rr +o A I Jg lolo,pretl u.aagl nl l .inlla tiuxo, 13 1 Filar 111 ill I Iuni 111ll a,I u)u"id,al I h11oa,.lty l II I If I] 1 1, 1 f-I al 1p . �1 vrt, 1fP 1 p I cal .; 1 n l;Inm=zma s r.1 Pig., hiltli llltr In IF I ICI IttIl l lilil v ill 1 1 O 1 Ili ael Fill 1 r, I(I A1.. lu (111 1 Io11: 'III rry I I Ili I IF,)Il III 1 I(II,IF, a Iopal R 11 111 1 . e 1 l r to 111ar,ill I IIIIJ1,11 1 11 A1u: 11,11 1r uc 11 r. 1 r it 1 1 11 iF 1/i 11 Ild AI Iry! IIRr nn �aI k I 'n) 1 nL P 1 1 1I1 e.1e 11 1 11 nu n n I 1 0 1 ICI y .I t 1l,61 g�t 1 r.c 1 l 1 r H$r i0a,1 111 -1rl l I I Deno,, p 11 pr oo, w I Vrvlq�.liu N l { l emAYI, it 11 I a t I to r u .1 I& ,l 1 r 1 mIL u 1 1 Act 11 .� I air I °j 1IF t l 1 n u I l h,ucc'nm s L... 111 !enin Ilm I I 3A l Ill' 1 u 1 II -, Ill 1 1 t'I If ] IIF(06� IV 1 Y 1/ 1I.II 11 Hel l Y 11 q1 :rr. /la,I Ilrtlll na,xpo, 1u le .IiiI all,19 r.,r.nu.l IF r.fneI n mmn. .,., ....... ......... _,......._ ..__ .... .. ... ........... u.l..l ,i 11 nlu r po (Inu1, Al1I, I IF!,o'f 1 ;url+nl L„ q nl n 1 1a .3,I RI,or III R1 t losmo 1 ItI 1 I na1 alnw.I:F fn.Im Nop .;'S>i dPfl'1 Pnrnn 1 kt. IlrJeu 14 t y,D(/lrgll 1 I 11r,;ttvi Lvl. 1v, ....... g1.11 0, l I "'1 ' 1 l i L amn„r l 1 u I .�,.1,e ,�u, ,,.-I n .,:mv�Tx pe,nrn nl�mcn,.wlca ,yr,lrlu I. ` __............. ............... .._. ._ o1 I n �11 nr II .11 r 1 .... a I Ilr113,11 g u1,ya 1IIla1 3 1=10 l .i:C, Ia„ al, Ri hh r l 1 1or U l I v1 dill, won hula ',5 I n.l P;ene r orlr, nu �I 1 1 Ion I I, I i I "(13115 e31 11 r rat I Ill ill 1m au f 1 laid al I „1iW) lu 101 II IIp�)[1 1111 Uar l ,a.�n lCYl HAP9'J ,Ii,:uau pi—Y ll:ull I I:oPn palk.il n,LL I pal'I: ._._._.._. ..,�,,,,.,... .... ,,,,.........�.. .w ...... .. .. Ip pllle]Ca., nll v. I,tl� y vim.. S t IF IF oP"curl +vtt , , rv, 1, :aw w a 1 u I a 1rmP I 1xa� f 1 1 Imx1 1 1 > 1 'Fri v1m..l! II I,. H..n liner II ,m1 ,[D Ir I .unq(.ln;. Ihu a sa,]'A�uufn 1 1 II I 'I. .Inln I Il .f 1 1 Raoum enran Comfy i. pRcnil Cu Hic / 111 I .3Re II oLlm n11 vAIM1 .,i JPS A: Pnnm 14 < D,erldI 1 A,I'l Ill 1 I'd il, 111$11191 t1 o� I'll I,"I II1 ,11a11 L I(Inrlrlm , v, ,Iln' A J,rI,cn11,II I I:1"1 1)F II0 aitI n .nn ,—. I l 3 '' / 1... •••,,11 Illl 01 4 1I 1 Y t 1 Ar IiiVd 1 I ,1 1 1 I{ f II 1 1 I 'I VI LI/ ly 1N 1 6 LLI M1 1, �It 1' II ) ..F 1 I 1I 1 I, I, wmy IF III ",',1 ll -h 013 II I _npc lu , _."I I rhln9L ". .._..__....... ..........YIII ....................... ................. _ ....,.�.., MASSANA CONSTRUCTION INC. "I Rowell Rued tyr-,I GA 30290 CONSTRUCTION PROJECTS COMPLETED THROUGH 1W31)1 T SUMMARY OF WORK CLASS HISTORY LonlreclAmounl Prlmear Canlre[Iln A EMellln AEareeBi Ili pela CompltleE j Suh Tllle)Canbevt Ne. Fe;ed Phil W.-Ili envy Rep Clenlul of Wark H M1l+li lone 311n , 1,"n'JI Ln < i , ],/floe N Ilrl , Ir lna d dIII:?II n flVIULidpe r L, .o I V'Ub&,111 I f 111111 , .e1111„Y ! L lla l,Cl(n9 C L ,111 1 +rVn a1, ¢ 'I de m c II 1s I1, a.1 0, 1 "I"I,,I '.mdu Ir Ir iI: I,I + J,aL,i olncl 1 I N,11,,iI It pinJar + onnor ad,ilefl If [ p,.iryuvrc F �xia I l nlV Leo I I ,.ii::9i y Y 3 a upOna .... w. ... .... .......� ..w .w.. ...�.v I II II II 1 11 `� fV + Ii"d11 1 JL30,1 V U I I O11 11 I t I f t01 A 1 11� 1 1 ,11 If ! , 11i1 l 1 t If ry1..II le ILE Inruu I+ll if r, m� : I1 Gar, a '+ ew lif d 1 ollE Il I, Ili If 1 L rvllS R l ul . I 11,4, f cello 1 I + I /,Nn+n I tl a 1, olrl✓,i1 11 If It"It"pnl 1l"j4]n ¢0 1 4r Ael[11 ,I<n1 nll P'a 11 In,n < II1 111.A11t11 It 32 1 "IjI III for rt mlv �I as llI)f,I,I 11 1 1 V I r. as l l pal, r 1 ) In v�np 1foil fl.,m,,I le I I.IL owg4 GA I1, Ai9 L, .�� ✓ Irol rf lfl atlm cl r.Yp,!'I , rinQ(4 reVeLc 1!'aiCh:>dtI { 101 I1 „i,� l lt1J) III,CI I 11fl1111n f1 [, I 'va d[o I'll rl / flplflIi • I'll P r11iIU +' Vf IL, .. OI I I, I, < In InI IISI 11 1, I1-I'p> L HI'l If 1 NI1 11 ,H IRc li 10 ��r= { P�Iliin' I )I II IfI YOG'li2u 1 n4v el., 10 511 A� 1 1 IIll <ill uY 1 l 1 v I n v�enl E W lul N Y Yi I1 1, ) ' V t JIII 111 H If I'A I+I1,1111 1 I I+g, 1 li'I Ir`nll cV l., A-1 1 I A Ih 11, I I I l 1 rl-liv dIrlpilit 1 I IJi If Id lu+y i.ii •• 1 It I li II VI I f 1 r.l I,l1 11¢I ��� luh 111i11 lie II ISIIi f( Ivu o :il rl 1"I nlii�l; I Iilrl)L /II:RPM Inll , lol„i]ue) ,. I'll ('11111IIIII, .�.�....�. . . �..... m. ...... ti + I I' II J I1 „o 1 ell+ ,^ f Ill 1 1, I 1 1p11P,E4, •• I ,V I �11 alie 1 1 ' r, i 1 lv( 11. IY I 11 1111, 111 ,l.r rl r„1,. I I I,..i, v )I'fill If �,�Jxl t V oI ! „[]1 l IIf"i.Ifs J+ III I Ii,f II- I I. I Ilii dff 11,1 II, 'Y41I I3 .1, Mil mdory".11tl I I.I I'll Il PI I if, V III,'.'[(I 111 l'e "'I III I I if If, I,, r , , +1, ,1, „ILto I. 1 )11Ir 11 1 1 ImIll, >euainp if- r,.reu ...._..._.... ,,,,,. ......... _....... .... ,..„..... .........., ._... 1, .....,,, ..Ww................ ................... u 1 vui""Gl '1+1„wl + ard,+ n 1= , umunn h_msn Ism. u 1 r far 1 r +1 IP f nog, If I m r 1, n^ IIIM1 „+� Ix a r1 H if Alll ,1 11 r 1 1 01 ,,I1 1 'ah I f 1 el f II 11 a!k III 11I Ir Ti, , l 1 <1 1 1,, 1, s..no„ ....... _... ... . ... .... ,,......... n u t I r9 1 1 ,r .1 41 1 ,^II ¢. mn .0,v[tit Ianuol I `ate II ' ,r ral , 11 ) the M vl 1 t Nnm1 11 e, u II llm ) q a 1 .. I rmvlwI llounN uw+ 1. ... n lb 1 d nvraY I ,l Ie ... __ .. ...... L.___.- .... ....... 1 11 1 ,m�ic kn n Lep: 1 m 1 ws�n.?uen 1 h tl oI1 Ir. 1 + u.m H I, ¢p. ,tr 1 If 1,Ar ,.] co 1 , 1 Ipepf,l,.rvdpe r.c Ip 1111 n 1 1 111 I1Ielf II' 1 Itei1 ... .I f fa } ,1,[lw 1 <.I ,.-I ,Je NiII IJ eGA IIl1 1 ✓1 Ne„I 1 I, I 'il pe b(bix11 J +IiI ��. II gel 1111 1 I,ivry YI 'A0 111 L+I I+.0 1) 11 11lt ,V .. ...... .................. ..... Ir I. [f3imu1 1 (a I)�-I: I ,,,,a ,Ilu, ....._ .._..._.... ......... ,,Mif .. 1 I'I In itI r ,p a, I ovllf',II,oa t f '¢'nf far r , lu, ,11,1 niovlp f( I ,Ii lfit II'I I,Ylll l if I,,It, 1,6GA3 OI< ero$',lip 'III 1 ,lilv -w9y NyAnI(I Wo ( f 1) , II, liaiss ....... .... .........mm .,....... 1 �. "If1311 r I.,I I+Jei ,1 11,]n.I I I 111 111 ,brie j tel I.1 Prim f1 II, 1 I l fit d l e 1 )efl ildpr to ,1 l 1 0 l,Gt ,",if,Ie T)C ,I� 'tt1 I Vorflo „ f Ili, fl,Iic BAFE11I 1 ..... i Vx'IIC Wo f l I) sellIf I I) li 'll 11 111 ,. r ....I I 'Ii f 11 f lfl L 1 l(l r l IU t v If v 1 el f 1�pcam: , 1 I 'nd 11 IiM1 �,vnlo arl .rn,. n , 1 +enry u l ., �in<r 11 em al r ,Ili„ a e 1 1 1 •,L,omy, r 1, I If.' , If If 1 I I o1', n I I if,.,f ad, u p pmi'll 1 11 1 Ili I 1 I( 139PJef + 1 „1 uunl + l I,p rtiIl 1'�'11 n i 1 or alfln ,rU 11 he I I ,> pmn ll,l,t"I I I gr I III,.i )fI qL IWevlil +3It n/, mPi 1 li�I-If y"I It 5 t e,d g P(m c. ., +ffII l l elf.) , :,0 A AO 11 )dnR , )I'�il�„ if r..,,.. ..1 I'I(:ni,nl} , ,I I If(ia MASSANA CONSTRUCTION INC. 115 Howell Road YId1d GA 30190 CONSTRUCTION PROJECTS COMPLETED THROUGH IW31/17 SUMMARY OF WORK CLASS HISTORY Conlreol Amounl Pri®r ar Canlro.Vo A dMellln gddreee,Nomo, Oele Complelad S 9uh TIVIIG.dlmd Na. Fla.end Ph...of O.-AA9enok Pep Clew(oe)of Work ..... ............... ... _ ._.......,........... ...... .. ., .......... if It "A"Iffe qIIIA,rIal '°I'tl ,I ''Ill rill 1, 1111 J r,Ill III1 11 111 rl 11 r, Iill Ill I m I Nor If 'II aaa, Al alIrW If ,11 VIIII, .il , .I11,1 1 1',de I ,.mly "l PI r I I n131n e r ..e i , np I p I id it III Il i lol la .Y.J 1 " 141ih'1 q 11I I11 If i)V il ! VVL fll .al 1 1`I Ui1Ci Fi V'il'NI5 I I .. Prnio G1111i Ill I) II II I\] 1(, "� y,l`I 1 a lie La / rn Incur II li r..:1�tV I'll r'ri R.M1i/3NI fllh I. ',If I ., r.+ :i.il. I( It �v9U iO:of .Hal 11,11,rfir Pnn planl I liforalrdIll fit pnlu11 p ! "I 1,Mail,,Af.I ,JI a,r . Ikloe a III A, 61 II Id: , ( I,f po p r.vI I'avd,('� orm snonU uanel xi 1 11"111 1 le, r gulfpl:1�1 1 ,1 11 31111„man,1,I 1 r I ( Ij I"ji, 1 I jlil_ I I, nn,"111 l r1 a , cy, , lr dial co n�r, 1 r dn. a wfar njrne JAIO Ill 11 rue d I n.IIII ,I I fill I .I /o 11 c [0 , r p� r,did+li 1 I al'.lf IV IN 1 n rl rl A I 1 1,lil Jn �>Ir� -oi \ Irr L al11 Pfl/(I] 1r III.II 1 1 JnEetr vl to I I f'unlY 11 r i.aLi f 1 v.1e t 1'e i:i�rr I ii LI i I . ry II iI Jlo lJef 1 !+ f 1m L it F �� firvl Il .I,I1rU 1 . 'p II I Inn I '. 1 fa pwnVal ll. 1. I fra r I ,)J,, �. Y' Y 1:3V If fi 0'I fill I d,It add, r1 ItII 1 'IIl F.puW Ifl ^]^IMI nS rondrzfn I51 IYu 0/IIdill.,VA r I )6 cVr'.r "JI11 1 1, r f olla P I r"If Ira jfIll1, 1i,all 1 L r11,'I'd f l 1 rR II 111I rl'd111 Vnl r Ill Cll r 11 fill 1 1 9 r9 IL.L itirl iDr 1 �.. If ), 1 d,IfnI "a f1 lilabr lu n13rord ,. 604 A f r a I) 'l,all It [iP If, Arof e o,W "kir d f i 5°W +Io 1JF 1 1 n at II a 1 f s f !J' 11 al Ire I teN 1 r 1 1ny mr11 .f. ,, o / o 1 fill'1,m l 1p A 11 11 Au I ,u Pm1l, 1 yo I V m e1 1.1r 1 o f,I Ill n a III 1 10 Al r>el r.e.I nel IL r r j I d I I I t31. ,.11111,1 11 .., 1 I.JI JI(WI , .i q l I.l 19 a A,I'd li ell N oad I IIfIII {ba I Air I I J I I I I d I I I'ml r �..' off, 1 I�IIu'M 1 , f,,,"I1 11 Id I P . INin 1. r1 ry 1 Augc ou.l fr➢J1 rnA ,1 uoeor r ai r if I r , 1, q.1r ad, I 'vr1, Will iCaull at r Ill1^ _. ,1 dd:l 1r 11h no-„I rlr v. 1 vr:,, f1 t I ll.r. 1 1 f1 IId, nr vJl 1-,IH. N 1 f l lni 1 ;1 rrl A11 Ill air P $ 11I4e ad lrmn e'1 11 Pa r 1 a l 1 11 .au, IRI !n 11 n. t ( 1 �%I 1 1Al1 ,1 11 1 1d n z 1. n and 1 r ., X f1r r e, la m,f..a Ir flrtl mlrl rmlr nIr a/nrr _ P 0 ',w1,3 Hwu �"C"r p R r•u r w n lour 1,:. n3 tJ u 1 , f 11 ant, 'ar r,V Irunn n 1 1 at RJR,:,niai 1 ti r ( 1p yi 11 t 11 t fr a(I. Y 11 , lr r :nm .aV r) 11 1 n fw1a1 i 1 J 1 I a mo, 1,nuy / n 1 13rq I e1v1 ur>.r r 1 I 'l pug J Iui. _- ....>... a �1 ul 11 1 AAl" AXUMfM1YMIVPnP4Mr"1'OMlmamr,9s 11114bM1ffiV '" •"^^^^^"^ 11,1r tlfl 'd8l n 11 e Ir1, ,t1 1 r. If 11 .,.1 rPnniul L 1. lErn 1...1>• ♦):IIll .,e I n 1, n1111111 11.oRL 11ne1 enl 1 1Ia, r tr . oil:e u 1JSP Pf rr"I'll1 1 If I I. 1 ,I 1 r. 1 r r ri, 1 pnIm cae. n1r ldvII r IIIIaAC1111 , .r I.q Ilafirtl lr +v 1 f rnnI'll r / 11 rtPTF a3 111p Hll hillla 1. ..I'll 1, rJ,dr (r R I 1 I f 1.J.10 11&ad Irl I Y ,f J Ad 1,Je rt...red 11, 1 1,11,1i:lrk1 lx ie All ,Vr,Iar li 1Io l�o1 ;,I f luory2111 gtOT it , Ti I111 1),) Ill 1 11u, 11 I .i llo p I F,a F iIIIf p( 111;, r Inlaam11114011 Llcp I^r Ad I, v Juru. 1 y H IIr1 ,1, 1 1 oIall 1 111 Y I 1n 11 kr ftA I l alll sDo(v IYiio.fllA1 f95W rlr Lad!ragra lrl N,u,, 1,1,Gd; II 11 1,,, III,R of rg Oill'I,"All 111, fLe 1l�x+l lil llvamemlladdrpf, L'i i11111L al,fa,1 Ilifs IrI II:r�I,III Ili lrII floor.111A,4 n:"rl al ol A,1pl� U`qf 11 ( YIItx1 3 Ill 11 fall 1 1 G:- INI , f f a 1- u. D 1 r og JvI If 1 1 o I ! 1 J r f f If, ryjl J�1� II 1 Ani IA apmll rfl r.r,rl rl 1 ,rt rt i If e,ef e .� � rr elp a a1 r 11 1 m 1 1111r, r, I'.1I1V 1 ¢ ,• I if I), 'All lla r, fwaprrllvp 1 J,I I Al I >1 Ilb 11 aI I a1f11I far,a 1,Id1 ! 1 ofl ( to , 1 usrlo ,l , nw1 p l 1 k 1 1 p, 1 ,I,e ri,i)r 2(I' 6 ]OVut Fniiiu qi IIIII.L)IL,G ill 0 rttll�Ilu lol Ia/f I li 1 �u1 ael ,V- 1 ),o a 1• > A,Il)Jafit 1,, a fl. WI 1, I 1 I I 9laeor f r ,1 dloc I If r, nyfnn a t U, aI iCcen (I Irv¢^05.0If SJL1 i 16 I.din I II11) L J nv0i 11 r It,,'I[o I II. I ak iy loll I�f. /.Ip II be.->r.1 p Pil51J n �..or 1c gJa31LJJ 1 rl 1 •drryvao• II -y«,ug,f1 v�Irr�1, I . andr a1 Mpr r r ..nl Iv I. 1 a u OwN mfl ue�.weu-,.aaw.Pwrc v sn 1..:.'--,I'd, Teramly r v f _........ w�ue 1 ,,I od I r ri.[i lili F... 1 irn n0y p401. 0Il/I'.111�11 em]1111 (r .WCJ <111 4n1H,Am If'I a 3 r Lt rt '1111 JI) 19 i,111 e.1% 11 Ilr I artl:. I Ira�•"f I I r .ri.^/J i'�ir.lii 11111 ���lltll I 11I+1"0' "`11 liliJ ... .,,.,.....,...... .. nw.uuirv:.v.. ..w ...... ...................... ...._. . .._........._..�. ......... . �,..�..........� , .......,., MASSANA CONSTRUCTION INC. Howell Road ryrandnd CA 302UU CONSTRUCTION PROJECTS COMPLETED THROUGH 1 D1311I7-SUMMARY OF WORK CLASS HISTORY Canlrecl Amu onl Ina or ConlboolnB Agency and all Andras e.Namo Dela Camplele0 f Sub TIIIeIConrad No. Fall end Flom,.10—FINAT.-oy Rep Cl eerpp of Work lI1 I111 In id I< Itr to II Ir rl 10 I IIOn ! .o c611A9 lu II 1 ry L A)1 L L ,o ,,If IT, 11 ')J➢FII 111 n Ir,I,I V�i 1,,!,,v Jial II,:, ��id I11II flil C IA ominerl ...—.... .._.. ............ ..... ....._...._._.. ....... _._... .... vx a1G'ulduII ITITI,iJakI IT11,11 if , 1, Ilr. lu [ I,1.mu.i y flrb' f Idmo C, N 111I4tI FLIT IF 'II J F 1 9a.hp 1 P[) .�oI I InW I .t l l Uo 1 I Ernes NI d n c I l"I" I ,13 IF n. III✓ v '.N� U „..��os ILL I IF l I, M.I W v)wT,n J' 1 SC P�Imo 4 L .dli li 11'L 1 1 t u H�IJ, nll ;CAAt 1 + 1 OF Pn1� FP,211 , ` 'ng4 ��1 i„)rvl vnlloi JJI ill fG1i2y. 111,111/I'loll` V,.a"I H 11 1 111 1 11 IT4 DF Q:k tI 1 11 1 1iol)1 1)IF F„11I FIT I , 4111da1.Lt Il Ixli I,1 i v 11 11111 zn l,1 lmal c nol Joel- e t aI g,_m 1 1 niu.l ITTN I 10 NfM p lal m3 C. bCL Y.MnJ IYdtlOa P 1ITT i) ) IF I1 ,k1FT [ll,li Fl II l+l.Ip,�*1 1� rnJ ninon L \)gl'nl 1 I LniT'.el. !li 1 (� L DvlT t' upon ) L io.[ 1 tll "! IT "n 11, .III 1 1 ♦J 1 L _.fit. _I .a it fIf IIF 11, Nil NIL y LUJ'I 1 HIT it , 1'Jil Ill II1/,10 N'I HlidpoR IV'lNJ$n IIINp 1, Pflr if I JI II kilt it 1 kkr v Iln.. . ,' nJ[ bbt,. 1, 11�nI, 11IF, L,Ill p t 11'n11Ne II L ) r p l p I Jfwyo It F11 Ile J in li 11 1 13' I= _nl� 1 p'1I kfl�l1�11v I Jo ,II I)IF 11 IN I gr I >/ )IF 1 1- kFilk,1 ..0 ,ly IF, J.Ioi D.✓�I .. , ...... .... ... ......n Trvl"I TT .... l 1 I nl I IoII 1 / " 3H I( ullI N-I ,I rt,6L I ryl 'i) u V'ay PG'I nn l II b'nn(/ Tilt I' It IjI,I�Jn.If II d pocb II I Ilnv of alorX l Toeon••rt 1 a l n Irv ,: II I „a'na 'T11 vl�. NJYN16u1,ft,fl'iNNCt',Nd41 11,111ur II ITF-1-fnd, Intlge Il ii1 ) ( 1I)�o / 11 'r 1!E 1I I. ii IN[ipA l' /.Ii 2011 iii (Q 1 I) IS FIT)II I .IAT(,H d �nm1 I�R II iF(vo lu, i Ilje1I `I J II.N 1111,M1I.p.k,v Ilk I:Fn:1J..1. v I) II N A1?J 0 Ilk ,t 1 .rl I 1 .,I�F I 11 d.)ti[n. t.Jli.. iFlllligu 101 9'2 IY �'i-pi/ll ......... ._..... I_. .......... .........._I �..I I�......... .......... .... _ 3R 11 1 1 Lo�nn) AIV IF !Y �t. I.o" li..l I I it 1-k I..L � Il l ..unlys n o.Iu ,* 1 �� 1 1 l .I rn�a I✓o 1 1 ) nn R 1 (,,,nl J of 191 n ilV a h , b Tl V 1 ..la,. n).ue f'1 r � lln, 1 1 :.moo 1,u1 p rJ 11 vml , l nn Hill,IFIlav'.NI N ) p .10 l II I I,,.I(I ',"IIFfF, Q,Q 11, TL rn d r ret n 121u u 1 l 1 :. ,i ) al 1 it I e, . , va, 1 1 11 1 .I i 1r,untN, a 11 11 NI II ) .I)C11 I111 I I 111I {/ e !f I IT', L, ,III I,nlpnl nof I ..... ..............�.�..... xr ✓�✓. Iwl� In CIF)lkil IT I1 H 'i 1 IFIl Ip n 11 LIT, If H fl fle II . ( I 1 - I I, NI Try I, J 5�0!�➢nt q C II I U If, f1 I , f II , I I I :JIC it NIN)I It✓. Alf np,.141, bl I I )kil ,II Pf 111 1 < JCo A I.., 111 1 n I I)YI kju TY J IId 10 p t 'lll l loPlm ipaol1r 11 I I,eo )R II illl,N+l 111 , If 11f (? 11 II v ,I,r21(1 10 If I) I I i 1;Fd I 1 II II liI I u ✓ I i II Ijfk 11 ..III1.m 1 Ir ,e em.IUPa� It Iv lnr ,p U'll ca 1 I) n e r�m- III n a lu l 1 rr)mJv+.NJn Im I I1 11 I)N1 I r of I l; o •I—_- r n 1 l 1 I _...I I H 11 i IIY 1 dl ) II, 1'ir I 1 II Ie r N la _IT II l IF 1 an sor uI Plme < 1 1 ' 1 IIIr ( I 1r 411 1 co 1 Ili uv Ina)-in rm n P) )> Inn` 1 1 n 11 s of Ira tet t,urala nr , 1 J .............. ... .............. PI ( '.li. - 1 I G"I'll S I AU. I v I I 1 1, k I I li ( 1I1 p,lx Cnv 1 1 1111":i( SOPiII) nn,n )' N p'DA 1( IF, n1),1,L l I l0 51 i P ! n 14 a m i ivllX fal 1'iv TIII R?.v, 1 W.)Fe0 -aflle 1 IT"I'll ep14411ry {iJn 011✓ ( I1i11:1I 1 ,ni Lpnl'ol_ FIn t I) [I FIF Ll ql F 11 l' I I 1 O LI J, 1 I Il`I F f" iv i(I,Y lol w 4 J,Oil o] PIMnu C )1 1 IlIlli I ! iP s,B u t aLn. I u,Im 11 1 r�D Nm,- Do Ill IT.�nnl n 1 ) 1 I ul I I11 1 nW .Jno rf I'll I'll 1n n T+)olnn e __ .............. ...,,.....................__.,..._......... ......... ___.____...._._...._ _� .._....,.. ......rip lu Iry� IA acmrT (III I I f1 on + 1F,IIFIIF1 131 n oIv uI 1 aar 11 11IIp,1 ^ 1 t.fu 1,,kilIa IT I [ P1 11liwl1 Ihq l ✓1IF 1,IF I Tom IFit,gyIF It 1I noP o.n 1v III[I II AFIT uxmevul ) wIT11. I:, o, it 11 L,J, J.v v I dIHJI T u IJC 11n V✓',>II ;U)�,' Tu M1llllol 1 ,1,1 II:IIL 11 RI[nl'Pnv+I 1 I`il 'I�111i.lnp A + I[ I, F'ivl@H fl.eY le NIk PO'10?'I V411)OA ✓ �.3/ +) ITIIF t. {1 1 :JleII 1 11,1, MASSANA CONSTRUCTION INC. °I 1oVlol FiCTd li Ills(F,:)WO CONSTRUCTION PROJECTS COMPLETED THROUGH I UIDI/IT-SUMMARY OF WORK CLASS HISTORY Conbecl Amaunl Ptlme er ft-Ir-inB ABeccyand MulllrlR Addu ,Nu '.. Dele Cemplaled i Sub Tlrle/Canlmer No. Fev,entl"Ant.of OwnerlA Ill, Cluepel of Work goncy All; I'll 11l YLVRa le. lt1 ,pv,111 1 , rV JPmalrni rl Ali 1 I pig 1, lnl Llulfld AA AI Hr o ' M A'd,: l a F it I I A, '[A' Ili A I W! N' 4o itAll I,1A F,I Illy { 11,11 All Inp,fit All 4 A,. M."), i I Gee Lr (111 Ill Ill., Y, I, P1ill IllII'll, p1 1,11 Slu[ er I i.AB If,1111l1,1 11 1 ill I 0➢lil I'll f n.. I A, At,.cIntii SWMAll Al pYCnMYIn15M1 t H/ a (III,"11fl Alit "1111 1.111, t .....u. 11 Tall,lllu Y IIDt iG 1'�to"A III 110INt II ,11 IIOI = AVA 1 = r m II el 1 H r I d(.l 1„ r sl n H I 1 1 . 1 w , n, I ) 1 'll:n.11 n 1A (u 1 rvc l 1 0 a+ Ie n na,1 aj„ 1 .. VIA 1 1,If I,I1 1 HuilH !/ ,a I" _.. u ... 111 r„l 11 I'll;19 ll 1 11 1 IIIe,/ 1 I, .a 1 fiI) 11 VA"10) r '!a 1 I I�!i 6.i p, I n 1 I 1 A I1 .. 1 n1111 )a1 l 1 ,a co u of o. l, e I if .......... ... .... . .... ... ......,A If,I___.. ...._ ... _......., .. �.._�._.. 4WmmgNparrinu'A'r^arrnreamv.'Adifnxuxrnmamm�roreuou 1 I,nI 1 Ial 1 .In, AI'ma. ,n 1 1,flif aryl III CI1nufi 11 ) PA�.vP i I'd 1: Irr r/u,m,.u,uWl 'Id""i'lllA 1 Ir � .,1 rtBo I' �10 rl I rfL .Ir /, .La I 1 rc'IA 11 a4Gm 1,1 +1cH 1 i NIAH rIIIb B' IA,, `I0 MN44adp10 Ilklill,I ''Aft, s ..... ., a , .r 1, L t fA II 9e V91 III <1s I1111rr NA,I IUF. [All, LI a'rI' ) ) I.If 1 Y 1 )R f r l I1 11 1111 )111Ol ). 1 f"1111Ie r Ili I ;a 1Al—1 . Is )u -.( IY.f. fl, ILL'r: valor r . rnIeal c,.uI _.... .,_..,.. ,.,. ..,., ._.,. ..... .. ., 1. 1r i. rz If I 1a 11 In n I ,I 1 / ,1 a1a1 n 11,r 1 .inn Al n .A mIA =I 1p11s ,I A l n ,1 1 it,I4 II]IAI 11 IlAA'A A 1, 1/11 A [nje,I m,ugE,r 1 ,AI :llfly(. - t"ll"Al 11 11a.- I11 Inlnou, I ,yNco_no 11 I, AI 111 1Inm 11 ..n , Uoc. A . ,:. , k,11p, f , f 1 n Pond I I^un I 1 1 LE 1 1 A o�,nl Illo 1/P, L nC, v1.nl,^ I lill 1 1.. If f CaoA All, 1, l, ,J317ai 1 1 ' Ili1 I- l ,) �c. 1 1 F v r 1 ",I ......,..._..._____' __ __ .._..,_.. ......... . ....._.....,....,... _.. -.... 1 ti sl ii .b 0,.........._ nry.Am. 1 I I. [ , 1111A1 r r, Adel IAat, p iA IIu I .o A,,,,IT tl nl A...... I 1,r 1 orlu (11.v 1.L.. r l , Al''Il 11, r,. F It'll I , 6I(A u,Je . 1„ 1 1lu,l ml li 11, Al L, 1 W,I 11 r Inul'I' . f, IjqIIlIlgeI III I 'All A V rll I '.1111 11 \" 1. fl 1 A .I 1. 1 U l 11 .11 H1„f101. � Y 1191' -n I -JIO Aa 1)11 If IT/( ltt i...........A Pr E C,111r,I (111 J •All !I , IIA AIIrA l 5110 ....... ...........�..., ..._. ...........,...... :I,l L 111' h j I A, A 1 1 t 1 1 A All !I I ! Y Ip .k Nu r fl ,zu Na 1 rl C / JitrA "I I 1 11 Il II L> tll A, f II .I .. I p,p 1 A. ........... . . .... ...� •,l all Al I I e,1 o S nr t, ) "v^: 1 I r o1,1,naTr1 i. J1 0 1 N'm ' rco t f " u,1r, h, r _ 1 N Lh0^ t l rc V 1 I r I,, 1 a uP(#°11 I .1 .11ic 1 n Ii IIU1�' nol 11, /102L1 /]'L 1 . 11:A I11— f r At 'l , 11"" 111 a p. a 11 111),:111 41 i oat 1"A I III,,,rvl.or, 1 A I Ari'r A,11 I;r n1 e1 n!v It 11 Id A, Ir ,aly Al 11 A t I I:'It e 1 I'll" 1 1I 1 Unv, 1 r ,, t 11n1116gi Wnr A If,off,(A1,11 I'll'It;.l 1 .11 bol: 11 . 1r1n(11 Ill nnalm fu'1 .,[., I'll A11111,'A1 1) a II.1, N1,A I'll ,,,fll,IA )AI,, o r 1 l rl 1 Sr J 11 ut l nflnl I, .rr1, ,,I Ap 1 1111 l l If 1 C 1 1 ,P 1 11 1 `I l u r 1 n .nlr o f ti rl1 Ill IA, ,r IAI AM �I np d ) 11�I11 r 1 1 a 1u )11 9)h 11r ,. ! rM11 LL x.�,.f:,r,.al A P 1111 Irr 1 1 I rF ll 11 A oil AllI!, .,.., r 1 1 1 11 ch r al.,,,.I Iar n.,r ) I:r,r n I,A 1 A A ) '11 a1 A I ( IAIit 1 YA, t '11,A 1,11, 1 r , INAIA I n 11,,11 1 r/ ' 1 At 11 1 11 11 1,11 11'uA,,.1 1 JI I'll..,Ill c,Aav,I 1I v, Ill,AUMA un , 1lou , I 1', 11 1 1 Iig. v, noAzz.AoeI I A,A 11 1 IA,:.ILq . 1 1 :. 11 1,1J 1 1 1.I..111 +- , I'll ^erfo1.11 All1 / I H 11) ... A NIe1n Ro)evl 11 I Il ri I a11v I 1 "uIR�A41 ••1 /I III b �1l1.a P ) la, f,,I)lf A., 11, Ili' 1 n R111lA I fl L C, I,A"11 I il! 1A III ,/' I.a1 �' I l J IN 1, �9A1 ]A N In r IPl ,A i Lr A I I Alf 11 I'll 11 11. II CGSA 11 , A ll,ll 1, I A,I 1A IIIfLl. 1 1 U11 ui for .. ................ .._._. ---- _ ....... M� n II I1 Y4 III I'll, 1 l ly„ 1 111 11 III l II 1 1 4 1 11 I II f, 1),` Ili, II Ali, 1I r 1 1 I a 1. C`/J l),1 I I Ill 1l,l1lft< I^I I I All ell ,,61. .+ 11, MASSANA CONSTRUCTION INC. 115 Howall Road Tt GA 30290 CO NSTF UCTION PBOJ ECTS CON P LETEO THROUGH 101311II -SUMMARY OF WORK CLASS HISTORY COnNec I.... prime ar CanlruollnB.Bank u on Munn,Addru�e Nil D.S.Complelb S Sub TIIIeICanbacl No. Fnxi end Pi—of OwnenA pe .1—Rel of WOM 9mcY P pl l I1^lu 1 11 iae ✓� k"Il m aHl_, ll�ee u 1 i/.a i+�'ur H 1 1,+ 1 r In 1,1 f i r 1 no ..._,...,_ ....._ x1 t',dy'1Nm�l0.dr 1 e yrsn,Ill I ndw 11^l I, N 1: Mrnuf fPII✓✓x1I,I Ii gErl 1Inc .ill-,k,li r Iifrzmr i Ik kill I"I .nve 391 t< n Pel 1 Mayo Vr 1,lFl y/w ill I i 111 Poo I i f, d, FI.rIul a ILAdrltl y, V/J1la[Al"l IJ' pa/ .r 14 111. Il s VE /YCu(:a .(I o i l.:llol, itaal I I ]]U Il'.1 I . � I n11011 I ri C Y' I 1 Yfli 1 Sibin9. i.ed Lao 1 1 I' ` t 11 1,&6,fl Gm I'r Srf r ov 1'I1 nN1 tRF„a b dr/I l'Iffi,9 Ill Iu r, Ne ri �.,^ un II 1rrl.r Jl-I, l .lil nilr9ch i 11 :1 ➢ 1-I r1 I'll,I, nln. -,rli P i a,l4, ,&I Ifr IV fq'l ill i a I. shri rf n /I fill Ill,!pRi 'Ll)]JSI ' Ii3H a)"C I'll ( U d Ill 1&,io,1; d,I Guk,f lec Mill Ilf I,3mit killt rl ..no,f ill,n, ........_ . .. ...._ ._..._..... I„ 1>I.I ..____.,....... MDrool"nu,310 1e1N .rtSedlThl+ nix ok ovp"a R�Ie 4 ton e.= nn p 11 qL. 11 hi l l ", l r vnA "Ifa u 1)a ki, Ill 11 11 u 1 ,I ll III1 Ir+iI I( ) I y I'.M 1I111 a i f [ i 1lJall l.i .rll.ual _ ..._...�....�„ �.._ ............_. .._.Y.......,..... If ,< r ( 1 .1F''I 1 floc 111 r n r "�I,ar.. 1nelrzor '1a r a rl r ( 1 1u ll�1I' ]am.IlcC 16 UIR^,f d Gi/ I I/Y Iox em nanv el er, re,. uroaooaeau r v„nM9L0 1 1 l tea I i kmn:.l I I o�a..:ana r vlsr rnu/ 'oa✓ r /1S n1 Ilk, lia iv,k,Ij kI(Ill 1(4 1r ae1r ,. 1 nor. ........... I 1 01, A 1 n 1, r•:r, fl 111nIV1 IYI 1 AIN R 11 All,n IA1 I IIf e-o tt I>- Ir yr l/ ,-1V1 r / n I 11H Illy ,l.r IY0111 l9e[ u 11 .v.= n/1I'll,a9.11+ I rll rlrr la.ur I... It, lmnlm, u tm Y 1n rm 11A..I ki, if I Nut 1tf Off,fill,r M41 lnuwm /110e.-20/ 'I]11 Ku r�.II al II+an 1�I 11 Iry a(AIJ 1. 1V I.A(1ll111 Li/ i IIII fnl It '. 1 ry IJ: 1 II ....... .........�... At I u i 13 i 1a / 1 ll vr 1n\I. vi 4.Hrii Fu II � `Ilult � Liuxni f l)rr 11 l� kNSr: l1 ulNli:i la)11i11191]] � 1\iddfII nl AI I 1 flkvi q I lhl,k;:, ill II Ace rzo"Ir 1io(Inal +a nlIf 1 e 11,iIa16111 I .le< ,,Ill l.v 1 II eee,h III,"Vmlmwl to ;,cbl , Lin nn,l ." a JIIu 1 a.ra 1 ..__..._. _ .... ... . ..... sink .. E1 1 1H rl l I i . v 1NI I i t n ( 11-1 nr liy, rcl 131 li Hr kill,WM1/ 111ll1 9 nm 10 lim , rit ill Ia l' I ill Up tlI> /fd0r IM II Il I Ili r I F Ill..I L 1r✓ 1 v uen1 ]]a]Sp",),I I J, fill Gll./nl, ................ _ ,.,,,, .........,._.,.,, .... ...,„...,.. .._ ......... ,,,. ......._.., .... ...... 91 Pul Fl ( 'I Y I Ilkicl e flU I I eaifih,, 11 11 rM I if II 1 i Ill'11 '/.l.lap I if Cl 1.1(III e, l. 1%, ill thIr"lt / (.e'r i ......... ....... . . ..... .. ...., ......... ......... 4A11I 1 IJ I 11. ni I rf/In. 111.rlr / 5oa Nn. r 1Nr 1 n. 11 RG HLn+Indmrvvll I4'.106, e Jn. x 1 il r1I I i 111 11 1 111l le 1.ol.iI t,k ill kA ill 1 1I1J Plr rlA Ill it-r 1 le..,l t I ulez{1I if veI,,J I111,Vrc9e I If I I I I I III4l G it Ilv. +oro. 1 Lou l l 1 II/1 II ! 1 pyO 0,I 1 I, i 1. luf 1 1 , (N ru v.h >, a vn[14111 I`JI 1 I� Ilu..e� / i Uai?h i' .fl. i.. d ry. r 110 112'ir hi,lllitlilu 1 C. (I ll LI i, I II 11u Ili nLt n:i) Q 1i:1510 P rrflllll /.tr () Ii .�1l 31( ( 1 / 30111 f nt li t r d U... e /J lit)bull P" lam1 a/ 1 ill,a/1ill Hl fin ..... .... _ It( fl lrJ) 1i Il/I tu. . "I .,..........ql i110111 r1 l� i Ic^^ ....,...... 1 V p I l II II k I rig 149, .L I 4a I Y yr •. e 1 nl . rr if II vnrlrls v31 , ,io.ria san lu 1 '1h.,ombn tulle.: a •••••• t L. ✓i a P1 { 1 d111/M1 r pn lmll H.�1 rr H II< Ll�an ilk ,lrr, v„ r1 i I(I u, 31«.v.n1 1=r'I 1v ,, III,.I:n./ a ,nl,:e Is r,.p i roca 1 , >I+�.n i,M1 a /� �¢elts u, a 11 a✓9n Ctm„�i q xr f � N 1 c m � c m $.w N: E air mQ� Rao r v i •• `o 21 3 IR V u w LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT SECTION 4.6 MASSANA CONSTRUCTION INC. CONSTRUCTION EXPERIENCE OF KEY INDIVIDUALS Attachment C Jeffrey W. Nimrick 115 Howell Rd.Tyrone,GA 30290 Cell: (253-686-2852)- it lrie xuDlntJ, .njpt i;late-alc,4'Pru60) --Office:(770)632-2081 PROFESSIONAL EXPERIENCE MASSANA CONSTRUCTIC)CW,,INC -2014 PRESENT Project Manager,Part of Olympia—Swanlmvn Marina Rehabilitation-$887K Olympia,WA—October 2014—April 2015 RAZZ CaONSTRUC'1 IO f t1NC- 2011 2014 Project Manager,Skagit County—Edison Slough Box Culverts-$320K Bow,WA—Septemher 2014—October 2014 Project Manager,City of Bothell—North Creek Trail Phase 3-$785K Bothell,WA—July'014—October 2014 Project Manager,Port of Bellingham—2014 Sgualicum Outer Harbor Improvements-$648K Bellingham,WA—.July 2014—October 2014 Project Manager,WSDOT—2014 Anneortes Bird Exclusion-$41K Anawnes.WA March2014 Project Manager,City of Mountlake Terrace—228's St SW&Cedar Way Overlay&Re-channelizatiou (Join to 232nd)and 2013 Citywide Safely improvements-$1.7 million Mountake Terrace,WA—January 2014—June 2014 Project Manager,Parrot Bellingham—2013 Marina Improvements-$817K Bellingham,WA—.Ianuery 2014—.June 2014 Project Manager,Eliza Island Beach Association—Eliza Island Pier Repairs-$153K Eliza Island,WA—July 2013—September 2013 Project Manager,WSDOT—SeaTac Rest Area Improvements-$886K Federal Way,WA- June2013—December 2013 Project Manager,City of Granite Falls—South Granite Avenue Improvements-$634K Granite Falls Way,WA—August 2013—November 2013 Project Manager,City of Everett—Lionizes Elementary School Walk Route Safety Improvements-$454K Everett,WA—Jonc 2013—May 2014 Project Manager,City of Everett—112's Street Improvements-$3.1 million EvOoJl,WA—October 2012—September 2013 Project Manager,WSDOT—Columbia River at Kettle Falls Bridge Deck Replacement-$1.1 million Kettle Falls,WA—Augos[2012—December 2012 Project Manager,Lewis County—Coughlin Road Bridge Deck Replacement-$450K Onalaska,WA—August 2012—November 2012 Project Manager,WSDOT—Lopez Ferry Terminal Floating Wingwall Rehabilitation-$2 million Kettle Falls,WA—March'2012—November 2012 Project Manager,City of Everett—Portal 3 Modifications-$967K Everett,WA—February 2012—Junc2012 Project Manager,Port of Bellingham—Multiple Marine Repairs Project-$1 million Bellingham,WA—July 2011—December 2011 Project Manager,San,Yuan County—Point Lawrence Road Culvert Replacement-$850K Orras Island,WA—June 2011—Octoher 2011 Project Manager,WSDOT—Anacorles Floating Dolphin Bird Exclusion-$55K Amoortes WA—March 20]1 Project Manager,WSDOT—Anacnrles Terminal Overhead Loading Rehabilitation.$870K Anacartes WA—Fehmary2011—June2011 a'tAN1 I, CC�C S I RU[''IQ&1NC 2007-.. 2010 Engineer,WSDOT-Germany Creek Vic Rockfoll Prevention-$110K Longview,WA-May 2010 -June 2010 Engineer,W SDOT-Britton Road to Coal Creek Bridge Vic Paving-$3.5 million Bellingham,WA-August 2009-Oclohe,2009 Engineer,W SDOT-Ten Mile Road to SR 546 Widening(Paving Sub)-$7.4 million Bellingham,WA-2009 Engiacer,Who team County-N.Sammish Road,Haney Creek Washout-$120K Bellingham,WA-January 2009 Engineer,WS➢OT-Horlon Road to Ten Mlle Road Widening(Paving Sub)-$5 million Bellingham,WA-2008 Engineer,W SDOT-SR 539/SR 546,BR 548 BST Overlay-$1.2 million Lynden,WA-July 2007-October 2007 EDUCATION CENTRAL WASHINGTON UNIVERSITY Ellensburg,WA B.S.,Constriction Management References available on request. Michael J. Keyser Jr. 115 Howell Rd.Tyrone,GA 30290 I Cell: (253-250-9832)--Keyserm@massanaconstruction.com -- Office:(770)632-2081 PROFESSIONAL EXPERIENCE MASSANA CONSTRUCTION INS_ 2Q006 PRESENT 468T Project Manager,LADOTD I-20 Cable Median Barrier['reject$9.2 Million Monroe,LA-February 2015-Present Project Manager,TXDOT 1.37,US 181,US 281 Cable Median Barrier Project$2.1 Million San Antonio,TX-February 2015-Present Project Manager,TXDOT I-35 Cable Median Barrier Project$L4 Million lASalle,TX-January 2915-February 2015 Project Manager,'I'XDOT US 59&Sit 71 Cable Median Barrier Project$841K Wharton,TX-November 2014-January 2015 Project Manager,WSDOT I-16 Special Bridge Repair$898K Gig Harbor,WA-August 2014-November 2014 Project Manager,LADOTD 1.10 Cable Median Barrier Pmjecl$1.1 Million New Orleans,LA-September 20t4-November 2014 Project Manager,LADOTD I-20 Cable Median Barrier Project$3.6 Million Minden,LA-January 2614-September 2014 Project Manager,TXDOT 1,35 Cable Median Barrier Pmject$1.8 Million Cotulla,'rX-November 2014-January 2015 Project Manager,ARGOT 1.40 Cable Median Barrier Project-$4.1 Million Clarksville,AR-May 2014-October 2014 Project Manager,ARDOT I-55 Cable Median Barrier Project-$5.1 Million Blytheville,AR-January 2014-October 2014 Project Manager,WSDOT Aurora Bridge Seismic Retrofit-$6.1 Million Seattle,WA-May 2012-December 2013 Project Manager,WSDOT Aurora Bridge Pedestrian Fence-$3.1 Million Seattle,WA-October 2009-February 2011 Project Manager,WSDOT Noise Wall-$1.4 Million Seattle,WA-August 2009-August 2010 Project Manager,GDOTIAPAC-$1.2 Million Brunswick,GA-July 2007-June 2009 Project Manager,Georgia Power,Plant Arkwright Ash Pond#1 Slope Stabilization-$1.4 Million Macon,GA-Nov 2006-May 2007 Project Manager,City of Canton Retaining WalllRailmed Slope Improvements-$487K Canton,GA-August 2006-March 2007 Project Manager,Georgia Power Plant Bowen JBR Stack Excavation-$365K Cartersville,GA-May 2006-March 2007 MB TECH. - 2007-2008 Project Manager,GDOTILaoe Construction Co.-1.20 Suundwall-$2.2 Million Augusta,GA-July 2007-November 2008 ANATEK INC. — 2004—2008 Project Manager,GDOT-1-20 Soundwall—$6.7 Million Augusta,GA—July 2007—November 2038 Project Manager,GDOT/Skansku—1-95 Soundwall—$2.4 Million Brunswick,GA—June 2007—November 2008 Project Manager,GDOT/E.R.Snell—1.985 Soundwall—$385K Snellville,GA—May 2007—September 2007 Project.Manager,Atlanta AirporVPreeision 2000—CONRAC Retaining Wall—$558K Atlanta,GA—October 2005—May 2006 Project Manager,GDOTIR.R,Snell—1.20 Soundwa0—$695K Decatur,GA—August 2005—June 2006 Project Manager,GDOT I-20 Soundwall—$7 million Decatur,GA—June 2004—June 2006 Iw:[E ;'..SOl9"l,E;dERN CORPORATION. :2001-2004 Engineer,FOOT—I-4 Widening—$160 million Tampa,FL—October 2003—Junc 2004 Engineer,Chicago Transit Authority—CTA Blue Line—$360 million Chicago,11.—February 2602—August 2003 EDUCATION FAST CAROLINA UNIVERSITY Greenville,North Carolina B.S.,Construction Management References available on request. l LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT SECTION 4.7 MASSANA CONSTRUCTION INC. MAJOR EQUIPMENT MASSANA CONSTRUCTION OFF-HWY EQUIPMENT LIST Moennnn ENT__ !W!...... ......... .......2LU CAT_— AAAA_ -mol, ......................... 4 IQL4__,.PA.I_......... gM2_M.........lqq diry AJA 41E --- MAP? gAT .............. ........... ------------- --_,LRRR g&�;YL�LL -- ----__----- mnkgb...... CAT................. ... ----- 4QLqIl ...TA04... ..... CA! I Lglffi. _q�AT _...... Laoill gulz_1AL--- --- 22�L__---------- .... imEL..— AI loil, w V!A t_ .._� qk CAIL XT _pp1.4, !q4tqn............ MAU_ --!1 16,1 _2011 WA K WACKIER ii.l Cry! r,P4 1 O.1WN .......ga! mq------ amp 2049---- 'mQrj­rrr­ L,rLR 19 ----— --Rlq4 20orp i$l p I eS ..... .?,q. ?2gq—. EiA....... ...... LrL—rr . —--------- -aqq-k..._ti—MI'la ................. MOIL ............ VViANCO............ ............. Not USA t 22 123 I'St " - ..!.2grlaslW IV 6Y 400 A04o!0--—------------------- 2003. ytwac_ 9.ugq 19,9$ P 1 UITt 102 ------- 22 134 AWda ..... .............. ......................P�:ms 12.10....... .2.3. 'm OL—AMSSM ......... ................ 22,-In -- --------- 4 dq. 10 8L_.........................AQ_ ...... -9Z"L4� tSI P AllOwl p I A,�.�.II IV 22- ............ —22-- 42- ........... ----------- MASSANA CONSTRUCTION OFF-HWY EQUIPMENT LIST �.AqvU P. --lakt make Mattel -------- .......... ................... .......... ......... §q-w Meal. NAIR................. ............ ---- --------- Pm _a;�L�LGJP 4q ACrOCO -------- ....... ......... PSI 1, ��'M --------------- 20 a 00 ---- Maio Ul . 6n A b.M SQ, .......... AKIL..M- cmsluj Eu Wwk!L-—--------- .. q.............. PDD2 Wd.W ............ Mato -M:tq7. ......M­—Anmnpr ........ gmmm&L A........... -CAL­_ ­­ �t-E­ --xzzy-­-­ 1906 CAT ----Mos. L -.42 102 POW i ego f I -- On ................... MIR— -ALIPAr- 0 -—---- At ril sna 4o 103 07 trl VR 42C ---------- Z47 - ­­---------- b:?1 U7 EZ qrdl DeUlbla,iariq Drill 1­1o11 ke 11 �0­ 47 12 ll,". 1 0knN 1. G­ n we ­ 52 LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT SECTION 5.1 MASSANA CONSTRUCTION INC. TRADE REFERENCES D-DDOls City of Dallas May 21, 2013 Mr, Rob Starr Massana Construction Company, Inc. 8992 Preston Road Frisco, Texas 75034 Re: Letter of Reference Massana Construction Company, Inc, Dear Mr. Starr: Please consider this as a Letter of Recommendation for your firm Massana Construction, Inc. Over the past few years, I have been involved with two projects constructed by Massana Construction, Inc. Both of these projects were performed for the City of Dallas' Trinity Watershed Management Department. The first project a federally funded ARRA construction project, Santa Fe Trestle Hike and Bike Trail, consisted of approximately 8/10 of a mile of 12' concrete walking trail, 120,000 CY of excavation and embankment, multiple box culverts, and 1900 linear feet of cast-in-place concrete pedestrian bridge. The project also included the rehabilitation and conversion of an existing historic steel Pratt truss into this hike and bike trail project. The approximate project amount was $6.1 million. The second project, Great Trinity Forest: Moore Park Gateway consisted of approximately 30,000 CY of excavation and embankment, 1000 linear feet of cast-in-place concrete retaining walls, 3000 square yards of concrete pavement, an architecturally designed concrete pavilion structure with a 25 feet cantilevered slab, a pedestrian bridge, and catwalk bridge. The approximate project amount was $1.8 million. Overall, I have been very satisfied with Massana's quality of work, attention to detail, ability to meet project deadlines and willingness to provide a quality project. All of the firm's staff has proven quite capable, as well as easy to work with and they have displayed a high level of professionalism. I would be pleased to work with Massana again and recommend them to any concerned party. Sincerely, Sr. Project onager THE TRINITY OALLA5, oily A111111VId M1111,1111110 U,,00�d inpq,Hm 40' Dallas, IX M,11 rd,pha110 94 L i 0600 FAH 14 616929 kwWJrnlly11 V�1Giiri0U,n',y CITY1 L 11 1 1, D NTTON Parks and Recreation De artment 601 E. Hickory, Suite B, Denton, Texas 76205 June 25, 2013 To whom it may concern: Please consider this as a letter of recommendation for Massana Construction, Inc. Massana Construction recently completed an 800 foot long Pedestrian Bridge on the Denton Branch Rail Trail over Texas highway Loop 288 in Denton,TX for the City of Denton on May 20, 2013. Massana Construction has done excellent work completing the project according to the project schedule, and at the contracted amount. The work has been excellent, the staff has been easy to work with and accommodating. The Company is well experienced in government type projects, especially bridge construction. The City of Denton would be pleased to work with Massana Construction, Inc. again on future projects. Please feel free to contact me if you have any questions at 940-535-4606. Sincerely, Robert K. Tickner Project Manager ADA/EOE/ADEA www.ttitofdc_rttnn,com (TDD 800-735-2989) GEORGIA GEORGIA CHAPTER american concrete institute SUITE 6661100 CRESCENT CENTRE PARKWAY/TUCKER,GEORGIA 300B4 (770)521-9324 CHAPTER 11 7JANa za �January 17, 2011 Steve Rosser Massana Construction Inc. 135 Celtic Blvd.Suite B Tyrone, GA 30290 CONGRATULATIONS I! The project Redan Road over Berhashela Creek Emergency Bridge Replacement, submitted by Charles Lambert of Vulcan Materials Company—Concrete Division has been selected to receive the award of First Place in the Public Works category for the Georgia Chapter,ACI 2010 Awards Competition. This years awards are being given as follows: First Place Award, Outstanding Achievement Award (Second Place), and Award of Excellence(all other entries in each category). Your project will be honored at a very speclal meeting of the Georgia Chapter,ACI. The Awards Presentation Ceremony will be held an Thursday evening,January 27,2011 at the Crowne Plaza Ravinia,4355 Ashford Dunwoody Road, NE,Atlanta,Georgia. A reception will begin at 5:45 p.m, during which a cash bar will be available. Seats may be purchased individually or by the table. Tables that are purchased will have signs denoting the company name. The table and presentation area will be open during the reception. The owner, architect, engineer, contractor, and concrete supplier, and other named participants will be recognized and slides of the project will be presented to the audience. Mr. Luis E.Garcia, President of ACI International,will participate in the program. Immediately following the awards presentations you are invited to join us for some hot hors d'oeuvres. The cash bar will reopen at this time. We urge you, your family and associates to attend this function to receive this honor on behalf of your organization- We also encourage you to Invlts other participants of your project to attend. A registration form has been enclosed for your convenience. All participants listed or your entry form have been notified and supplied with a copy of this form. Please return the forms as soon as possible as all reservations must be guaranteed. Also enclosed is an order form for additional plaques. If you would like to receive additional plaques for yourself or other participants, please order on the enclosed form. Again, Congratulations! Sincerely, GEORGIA CHAPTER, ACI I ru i HP, ni umr`i Steven Iklaio a�r Aloi�iry ds, to n,m aue Co :Ynrr,I Awards Caarnirnittoe Co Chair progress through knowledge 09/11/2012 09:32 7709611880 GDDT@SR54 PAGE 01/01 Keith Golden,P.E.,Commiseioner t DEPARTMENT OF TRANSPORTATION ' r One Georgia Center,$00 West Peachtree Street,NW +tr, gre Aaante,Georgia 30308 Telephohe:(404)631-1000 0 a August 8,2012 Subject:Massana Construction Joint Repair To Whom It May Concern: On December 19",2011,Massaoe Construction,Inc.completed GDOT Projcots CSSTP•M004157,M004158,and M004160,These repair projects were.let under one contract for a bid value of over$706,000.00, The projects consisted of armor joint removal and replacement on all One,bridges,including a bridge on one of Atlanta's most busiest interstates(I-285).Loop Road Bridge over I-285 required joint removal using hydro demolition at both abutments.Otber work included Jacking two bridges and replacing steel bearing pads with elastomeric pads,interstate traffic control, structural concrete,false work, slope paving and interstate striping,Massana's work was performed professionally apd in accordaum with the contract specifications.Also,their personnel were diligent in terms of communication and timeliness to get this job done, I look forward to workittg with Massana Construction,Inc.in the futttro. Sinoerely, WilliamDuDunwoody Construction Project Engincer Sm Office of Operations/District 02 New Orleans East Unit Bobby Andal,Governor il} 1WA Et PAC141 M14R nA�+Sros'rAtonadvitavrvMr 1410101d Genrilly Rd,New Orleans LA 70129 Sherri X-4Bu,P.E.,Secretary Phone:504-253-6100 January 28, 2015 Massana Construction Attn: Mark Massmann 115 Howell Rd Tyrone,GA 30290 Mr. Massmann, I just wanted to take the time to let you know what a great job your crew did on the Cable Barrier Project in the New Orleans Metro Area. The entire crew was a class act and performed quality work. The communication from your staff on the project was exceptional. This allowed all Issues to be addressed and the project completed in a timely manner. It was a pleasure to work with these guys, and I look forward to future projects. Thanks, Justin M.Guilbeau,P.E. Project Engineer Cc Mike Keyser,Project Manager t,Artl 12;,1M0 tfM9rtkl'tka t�Mgr,tl4'f00p4'/I tiwE tilMfa,.�'' '�I+.tM M Equal Opportunity Employer i A Drug-Free Workplace I Agency of Louisiana.gov I dotd.la.aav Lockwood,Andrews &Newnam,Inc. - A GUOUDIAXY OF LEo A oAL' May 28, 2013 Massana Construction Inc. 8992 Preston Rd.,Suite 110-760 Frisco,TX 75034 Re: Letter of Recommendation for Massana Construction Inc. on the MLK Jr. Memorial Pedestrian Bridge Project, City of Denton,Texas. To Whom It May Concern: As a Senior Project Manager for Lockwood,Andrews&Newnam, Inc., I have had the pleasure of working with Massana Construction Inc. on the MLKJr. Memorial Pedestrian Bridge Project for the City of Denton Parks and Recreation Department, Massana Construction Inc, has performed exceptionally well on construction of the pedestrian bridge by meeting construction deadlines, meeting plan design requirements, coordinating and communicating with owner representatives and FOR in a timely fashion.The workmanship and quality of construction on the pedestrian bridge appears to meet and exceed the construction industry standard of care, I am honored to be a reference for Massana Construction Inc., and welcome any further questions to this recommendation. L rkholderP.E. ect Manager Lockwood, Andrews & Newnam, Inc. 8350 North Central Expressway, Suite 1400 Dallas,Texas 75206 i I I I I 8350 North Central Expressway,Suite 1400 • Dallas,Texas 75206• 214/5224778 • Fax 214/526-4433 I. �MJ1 �f/�rAff JJJ GbNNtW9��G1 dGMC 1M�SM MA via vk December 2,2014 RE: Letter of Reference for Aaron Jennings and Massana Construction. Sir/Madam: This is a letter of reference for Mr.Aaron Jennings and Massana Construction. During the weekend of July 18 to 21, 2014 Massana Construction and Aaron Jennings worked diligently to replace close to two-thousand (2000) square feet of concrete pavement and to restore bus services inside the bus loop inside the MARTA Arts Center Station. Mr. Jennings displayed professionalism, responsiveness, fiscal acumen and knowledge of current Georgia DOT specifications and construction standards while managing the project. If you have any questions,please contact Philippe Thomas at 404-848-5410 or pthomas@itsmarta.com. SuaceNly, �EAt—­­ John Elsberry Director of Maintenance of Way MARTA(Metropolitan Atlanta Rapid Transit Authority) Ref: MARTA Contract CP B17524,AT Track Slab Rehabilitation NIAP f'A Metropolitan Atlarita P.upid Transit Authority -- 2,124 PiEdmont Redd, NE ALIartt t GA 30324-3330 Mania. S56' Correct. Clulck. November 13, 2009 TO WHOM IT MAY CONCERN; Massana Construction, Inc. has had a working relationship with Anatek, Inc. since 2001. Massana's work has always been satisfactory to Anatek, Inc. and to the Owners of the respective projects. Massana Construction is managed by knowledgeable people,who understand the construction industry, know the work, and are honest,reliable, and good to work with. Mr. Mark Massmann,President of Massana Construction, has always been known for his utmost integrity and high moral standing,both in his professional and personal live. We would highly recommend Massana Construction as a contractor to perform any construction project the company is interested in pursuing. Very truly yours. ANATEK, INC. l Anna R Cablik President 1513 JOHNSON FERRY ROAD,N.E.,SUITE B-20,MARIETTA,GEORGIA 30062 TEL(770)971.2238 FAX(770)977-9489 Customer Satisfaction Since f982. C,�C�RG.IA December 16, 2008 Mr. Mark Massman Massana Construction Company,Inc. 145 Howell Road, Suite B Tyrone, GA 30290 Re: Letter of Reference Massana Construction Company, Inc Dear Mr. Massman: Please consider this as a Letter of Recommendation for your firm,Massana Construction Company, Inc. Over the past few years, I have been involved with two projects constructed by Massana Construction Company, Inc. Both of these projects were performed for Fayette County, Georgia. Project One consisted of approximately 3800 LF of 6' chain link fence and approximately 3700 LF of 10' wide asphalt walking trail. Associated work included clearing, light grading, storm drainage, erosion control, grassing and cleanup. The approximate Contract amount was $166,000,00. Project Two consisted of site work for a new park facility. Work included grading, asphalt paving and GAB,curb and gutter, storm sewer, asphalt walking trail, asphalt running track,concrete sidewalks, stairways and ramps,handrails, water main, erosion control, grassing, sod, irrigation system,sand volleyball courls, playground and cleanup, The approximate Contract amount was$1,765,000.00. For each of these projects, I have been very satisficd with Massana's quality of work, attention to detail, ability to meet project deadlines and willingness to provide us with a quality product. Additionally, your staff has shown high character, has been extremely easy to work with and has displayed a level of professionalism in their approach to the work. Mailing Address:140 Stonewall Avenue West,Fayetteville GA 30zr4 _ Main Phone:770-460-5730 Web Site:www.fayettecuuntyga.gov On future projects of this general scope, I will be more than willing to provide a positive recommendation for Massana Construction Company,Inc. Sincerely, �nAmk Tony V. Parrott,Director Facilities Management Department of Community Services s Parks and Recreation Project Administration 75 Langley Drive • Lawrenceville,GA 30045-6900 (tel)770.1322.8840 - (fax)770.822.8748 www,gw innettparks.com Massana Construction, Inc. 145 Howell Road Suite B Tyrone, GA 30290 November 19, 2008 RE: Letter of Reference—Work Performed: Tribble Mill Park Fishing Piers To Whom It May Concern; Massana Construction was awarded bid number 019-08 by the Gwinnett County Board of Commissioners in April 2008 to construct three (3) large fishing piers at Tribble Mill Park in Lawrenceville Georgia. The total contract amount was $246,000. Massana Construction performed very well. The contract document specifications were implemented as required and work was completed ahead of schedule. Work included: demolition of existing piers, minor site work, erosion control, construction of three (3) piers, concrete abutments, concrete sidewalk connections, and one storm drain pipe and inlet. This work was done in close proximity to one of our day camp programs and Massana responded to all our requests and concerns regarding safety issues. Massana was well organized and offered significant experience to the project overall. I feel this was one of the best executed projects for me in 2008, Please contact me from the information below if you have any questions or need additional information. Sincerely, Bette Conaway Sr. Park Planner, Gwinnett County 770-822-8874 bette.conaway@gwinnettcounty.com REFERENCE QUESTIONNAIRE FOR PREQUALTFICATION Contractor Wishing to Prequalify: Massana Construction, Inc. u Address: 145 Howell Road, Suite B lyrone,GA 3t1290 Type of workperformed��wl-doh you are familiar�+os�MF 1,7151111jV4 Above I3clow Average Avery Ave-rage Progress of such work _0__,,,,,,__ Quality of such work _ Supervision Lln Adequacy of personnel 0 n Adequacy of equipment F1, n Maintenance of traffic ❑ ❑ Cooperation with stakeholders ❑ Payment of due bills for labor and materials �' _ Approximate dollar amount of largest contract: S 2 Qd Date work was completed by Contractor: Ly I—zooL ' Comparison with other contractors performing 5imi�ar wo Above Average ❑ Average ❑ Below Average Rctnarks: s Datc: NO . q+ hyV By: t U •F9 7q St 'I Company: Title: SR , PAAk- PLltk66gPle RETURN TO: CONSTRUCTION UNIT N. C. DEPARTMENT OF TRANSPORTATION 1543 MAIL SERVICE CENTER RALEIGH, NORTH CAROLINA 27699-1543 Mallett Consulting, Inc. ENGINEERING -SURVEYING - PROJECT MANAGEMENT ~ 101 DEVANT STREET,SUITE 804 FAYETTEVILLE,GEORGIA 30214 770-719-3333 770-719-3377 (fax) November 19, 2008 Mr. Mark Massman Massana Construction Company, Inc 14S Howell Road, Suite B Tyrone, GA 30200 Nye, Letter of Reference Massana Constnlction Company, Inc Dear Mr, Massman, Please consider this as a Letter of Recommendation for your firm, Massana Construction Company, Inc, over the past few years, Mallett Consulting, inc. has acted as Project Manager for two projects constructed by Massana Constriction Company, inc Both of these projects were performed for Fayette County, Georgia. Project One consisted of approximately 3800 LF of 6' chain link fence and approximately 3700 LF of 10' wide asphalt walking trail, Associated work included clearing,light grading, storm drainage, erosion control, grassing and cleanup. The approximate Contract amount was$166,000.00. Project Two Consisted ofaile walk for a new park facility. Work included grading, asphalt paving;and GAB, ctru b and gutter, storm sewer, asphalt walking trail, asphalt running track, concrete sidewalks, stairways and ramps, handrails, water Inaim„ crosion comro8, gT'a;5inp, sod, irrigalion system,sand volleyball court&, playground and cleanup. The approximate Contract amount was$1,765,000.00 Mr. Mark Massman November19,2008 Page Two For each of these projects, I have been voty satisfied with Massana's duality of` work,attention to detail,ability to meet project deadlines and willingness to providcthe Owner with a rluality product Additionally,your staff has shown high character, has been extremely easy to work with and has displayed a level of professionalism in their approach to the work. On Riture projects of Otis general scope, 1 will be more than willing to provide a positive recommendation for Massana Construction Company, Inc . nIIMi,k9 tl clq!:1 il6ng fuw. David lacK g a l' Pip., la rv'r su atl r;^.r1 c. Sta lee CM111t rr ar skes Inc. ....._.. �,. M Riverside DOm Macon GA 317TV117 Tel:(478)474-6100 Fos'(470)474-8933 stae0x.com •y Stantec h h x �1 November 17, 2008 Mr. Mark Massmann MassAna Construction LLC 145 Howell Road, Suite 0 Tyrone, GA 30290-2036 RE: Tussahaw Reservoir— Public Use Area Phase 1 Henry County Water& Sewerage Authority (HCWSA) Stantec Project No. 76600135 Dear Mr. Massmann: Please feel free to forward this letter to whomever it my concern. MassAna Construction Construction has recently and successfully completed a project for the HCWSA that involved the construction of numerous boat ramps and wood framed docks/piers for the newly constructed Tussahaw Reservoir. The project cost including owner initiated change orders was approximately $975,000. MassAna performed the work involved in a timely and professional manner and was responsive to all reasonable requests. It was a pleasure working with MassAna personnel with a "can do q and positive attitude". Please call should you have questions. Sincerely, STANTEC CONSULTING SERVICES INC. 1 Michael Y. Wind PE V 117661xtivel7e6W135 Tussehax Reservdr Puelrc Use ArealPublic Use ArealPNesel ConslrrxtionlC,emrd Cmlreclar RemmmendeEen Nov NOBdoc �11► NorthwestRegion VrFAF MAslnlitnSt to Dayton Avenue Northtrl of Transportation PO.Box 330310 Seattle.WA 66133-9710 Lynn Peterson 206-440-4000 Secretary of Transportation T7V:1-600-633-6366 www.wsdoLwa.gov �( JUL [ 1 2014 �JJ July 1, 2014 ... ... . BY, 1.3. 5�J. . ...... ... .... Massana Construction 135 Celtic Blvd., Ste A Tyrone, GA 30240-2724 RE: Contract 00- 8503 Prime Contractor Performance Report Dear Scott Swenning: Please find enclosed a copy of the Prime Contractor Performance Report for this contract. This report represents a final overall evaluation of your firm's performance on this contract. The intent of this form and letter is to provide you the opportunity to discuss this evaluation with me if you do not agree with the content. If I do not hear from you within 20 days, the processing of this evaluation will continue. Sincerely, Washington State Department of Transportation u Mc ,ay Shifera P Engineering Manager for Sno-King Area Enclosure—Contract#8503 I I Washington State Department of transportation Prime Contractor Performance Report siRc0 I c -ictdr�cla'W S6cidornmlf,!Pro'e�c4'C�a�tl ! Report Type Contractor No.(HO Use Only) Region Contract No. County SR (�Werlin 9503 Flnal P h i s ; ' '. , 'IdJew,71 No. - ( Special Northwest King I-5 Company Name Protect Tltle Massana Construction Inc. I-5, SB S 320th St Vicinity Noise Wall Replacement Address Phone No Aum.w°d�ln Wyynrklmuylry oe s wort du3m ""La ten n0em oayo a CnAfadd y D.I. 135 Celtic Blvd Ste A 253 549 0025 50 35 10/128/2013 12/20/2013 Supadrotendont Foreman Contract Award Amount Contract Completion Amount nn; rcnni Scott rt 'Scott l�� $201,147.00 S168.363.50 Work Class Performed by Contractor: Job Classes: 8,13,20,30,32,34,53,56 Description of Work: This work provides for the improvement I-5 SB S 320th St Vicinity Noise Wall Replucement,MP 143.06 to MP 143,08,by removing existing temporary wood noise wall,removing three damaged noise wall panels,replacing eight noise wall panels, installing temporary erosion control measures,providing traffic control,re-vegetating disturbed areas and other work. 5J IVI It9a1'�GB>wx�ltl, 9d, ts"�I" 4e rl n �lf rY"�1I�d h�1M°I41r1 lic� P6 '4'u 4n} 7111 g Y t a _C. .. Y P 4 entISuporvision b I ° 9tanarard , StaaaloM 9iaparYt$ Rating A Adminlsiratdon/Maus earl +lrw eta endow jl 4 A1ra 3 Submllsalloofndcummnmakln tlr s < 3.B +� b3° t 0 rla 2 Coordlnatlon and cam unlcetlon v.lth ssbronlractors and auppllers {gC 4'u ," 11 ip,2 r3 4.3t'h 3 2 sion nis and reports aiadi "r" v 21A I�2 .. a.5 ^�{,r} , f 27 ._ q Adequacy and llmelln ea of progreae schedules _ �I lie pl 361 4ks 23 _... .._. ...w_...... ........... _...._ .._ ..... ........_.. p 6 Public safety and traffic centrol 2 rP 22 l 44 i 4`6 p m Ilence w it h awe ord manoo e end rogNahons f 11 vl rl ;� 1 p 01. tl -h"',,—ru—'e1y ' 7MalntepenceaFemyloyeesafetystandards 261,2 P 9 nationandaoopemi Ion Wlthdepartm art pemo real onpmjact matt ers S° /�1.2 �{ 261 v5 19 ...... .,... _._ _...... _ _... 10. Relations wNth ranee put lc othe,agonceg and etle entoontranlenlsO'1114 42 26 ¢$;K'I,IrI �+ 1'g ..,L, . .. .. _.. _ rao;ors u`�ti ,` I. �t. 2a ...._.... . .......»_ .._ q Yam„ Total is 6r9's 32 , r ,•`'49 Q QtuaI6 of work lnce to plans and spadficadons ip s .,ry145 ;'�t ------�266'r� r 20 ' 2 Standards of Workmanship _- � l {¢ 16 3 Com IPlkn o(gnal un P (P on lia9 work --..-- q r,ref 2a ��me _..is1n% 4 I at0 Total ni . . _ of Work t Tot' N`& 70 1 Completion of project r _., F P 9 2 Srdiedu ingandexewtlonaf schedule 51 n eo 4dd B.e BB I,wllhln allotted time 5 2 s. Cellve ofmatenals and sun Ilea -t' -'13 t , 24 2P"..m ..... N rP W Total emlly and use of equipment ... . . . _ _,.... ...®..75 29 - 80 ....------4---:27. 2.?�.. { 6 ll a of erson-11 nel N Cr 1.9 1 8 2 d k C Ftluipment _ -.,._.....,`... _ 1. Goal ..� ------�-- t ; ;1 s 2 B _._.,3,... 2 2 r0olnlananca 't 1.5 ,..2 ..-2 s 9 2 - Total ...... a - 3 4 b 6. 4 6lranciTotal A+�Qop+ Performance6tating 60 9a can tee Via 102;.4 Range (eo-es) (ro-eau) (mo) {Iit .lee) (130,1-150) II Explain any Inadequate,Below Standard,and 5.upolo,r rstJngs in Narratve Section(IV) He no, Y Only I701 Form ell-OID EF Page 1 of Mslddulicn: Criglnel-Fraqualllldmppay branch Copy Project Fo lneor Perrorrnance Seoro Reviecd 0312008 Copy-Reglon Administrator Copy-Contractor 1,r /n9`fmf y. 6 Contract No. 8503 Sectlo IV N a rlrati a Raiiiing A General Elements Enter comments that describe the contractor's overall performance and provide background data on the protect, � Over all the project did not have any major issues,the contractor proposed a CRIP which eliminated the traffic control need and work was performed with out any lane closures. Project finished on time,the contractor personnel were easy to work with and followed the contract plan requirements. _ _. ... — _ .... ... ........... .... ... B Below Standard Element& Enter comments here to substantiate below standard ratings (See Instructions) C Superior Elements Enter comments hereto substantiate superior ratings.(See Instructions) 7cerr!tfy ,8ntlatic�111 t� iWf4Ylp r�': ' ' � t., tjr b . �(rnr i1�6�1 that I have objectively prepared this report basing It upon data contained in available project records and discussed the ith the contractor } r�1, —�°j_—�Y'��j� '..�:"G"'��"�^J��'^zx k.ter'�LGp�t?'....._......._.._._,.. Project Engdnear"6;5ignahtre Date I have reviewed this report for objectivity and accuracy. I have given a copy of this report to the rated contractor and I have advised the contractor that any appeal must be made within twenty(20)calendar days. Dale Copy Given f Mown to Contractor AperatIonsi L' Ino- or Clasf a Signature afo I have reviewed this Contractor Performance Report and make k owing cVrnrrents and changes a bRad heroin or on attached " sheets. i ...,.,.,.�'m.n'A dministrator's Sig ._..m enature Date....�_.. ...._,........ .....e—...W.W........ ......_.....,,.., Reg DOTp:'om42f.010EF Page2012 eistrlbutlorr OnglntU.tnequal!(GcglVon olanch Gopy-ProJegf V;nglnear 9tavased CvP008 Copy,Region Adwlrieirator copy-eunvic.tor v GrawoPM&atim Prime Contractor Performance Report Section I Contractor Data Section II Project Data Report Type Contractor No.(HO Use Only) Region contract No. County SR ❑ Interim C-7809 ® Final Federal-Aitl ftlo, ❑ Special Northwest N/A King 99 Company Name Project Tille Massana Construction Inc. Bridge 99/560,Pedestrian Fence _...__ _._. ... ,,,,_,,, .,..,,_ ......... puaoei I Pill Address 4916 Pt Fosdick Dr PMB 166 Gtg .(425)454 8020 haw®225m<pn9 2125w5/10/2010 eU�10/7/2011 Superintendent Foreman Contract Award Amount Contract Completion Amount Mike Kyser Mike Kyser $2,948,206,00 $3,111,146.38 Work Class Performed by Contractor: Job Classes:20,34,36,46,53 .._____r........ Descr ipti on of Work: This contract provides for the improvement of Bridge 99/560 by installing a pedestrian fence,performing erosion/water pollution control,conduit removal and relocation,navigation lighting adjustment,illumination,and traffic control. Section III Numerical Rating A Administration/Management/Supervision "Inadequate Sot 8010 d Standard s bove', •Superior Rating arou7 Supervision and decision making 2 36 4.5 5.7 6.4 6.0 -__ ,_........... ..... _....... ..... ........... ..._..............._........_..... 2. Coordination and communication with subcontractors and suppliers 2 2.2 3.2 4.3 4.6 4 3 3 Submisslonof documents and seeds 1 1,6 27 35 4 35 4. Adequacy and timeliness of progress schedules 1 la 2.7 3.5 4 3.5 5 Public safety and traffic control 2 22 32 4.4 48 44 ...._...____ ____.._..._ ..__ .. .. ...... .... .____ . ...,.. ._. .... _..........__.. ..._.__. ........ ........._..._ ,, ...._. 6, Compliance with laws,ordinances and regulations 1 1.2 1.9 1.9 7 Maintenance of employee safety standards 1 1.2 1,9 2.6 4 2.6 B. Coordination and cooperation with department personnel on project matters 1 1.2 1.9 2.6 4 3.6 9. Compliance with EEO,affirmative action and MBEJOBE/WSE requirements 1 1.2 1.9 2,6 4 19 10. Relations with the general public,other agencies and adjacent contractors 1 1.4 2.1 2A 3 2.8 '__.'_.m.__.�._.. ._...__.,_ �..._. .....__....... ._....__.,..........:.,._...__.. Total 13 1n 26 32 39 34.5 O Quality of Work __. .......__... ___.. _ ....... ____........ ....._.........w 7 Adherence to plans and specifications 10 14 20 26 30 26 2 Standards of Workmanship 9 11.5 16 21,5 24 21.5 3. Completion of final(punch list)work 2 2,5 4 5.5 6 5.5 ........._...... _....__,�........ .........._ .-.._.. ........._._. .._...__............ ------------------ Total 20 26 40 53 60 53 P Progress of Work .....__..�. .�.�..... ..............�.�... ...._,,.,,.,.,,,.,, ..,.....,,, ..........,._....._....___..._ .. m _.. ....... ..,.,...... _.. 1. Completion of project within alloted time 9 12.5 16 24 27 24 -......_.. _ ._............._..................................... ......................... ....,._.._.._.,,,,,,,,,........ ._._.. 2. Scheduling and execution of schedule 3 4.6 6.6 6.8 9.9 8,7 ______._ ,,,,,,,,,,,,,,,,,,,, ...... _..... .,,,,.. ....., .. .............. . .._..._._._,_ ................ ,.._. . ......._......._._..._ 3. Delivery of materials and supplies 1 1.3 1.8 2.4 2.7 2.4 ................__ .�..�.._._--m_� _..,..w._.... 4. Operation and use of equipment 1 1.3 La 2,4 2.7 2.7 5. Use of personnel 1 1,3 1$ 2,4 27 25 Total 15 21 39 40 45 40.3 E Equipment 11 Condition 1 1.5 2 2.5 3 2.5 2. Maintenance 1 1.5 2 25 3 2.5 Total -- 2 3 4 5 6 Grand Total (A+Q+P+EI Performance Rating 50 70 1 W 130 150 132.8 Range (50-69) (70-99.9) (1 JD) (100.1-130) (1301450) " Explain any Inadequate,Below Standard,and Superior ratings in Narrative Section(IV) ao Us. nly DOT rrorm 42140 10 EF Page l of 2 Distribution: Original.Proquad6caneo Branch Copy-Project Eeglneer Performance Score nov9sed 03/2006 Copy-flegion Adrnclilnuor Copy-Contractor Contract No. C-7809 Section IV Narrative Rating A General Elements Enter comments that describe the contractors overall performance and provide background data on the project. This project was somewhat complex. Massana Construction encountered meted elements of the bridge that the new fence was supposed to be bolted to. This project was finished on schedule and budget. Massana managed the project in a timely and efficient manner. They carried out relations with the construction office with cooperation and professionalism. Massana's overall performance for this contract is above standard. ....... .._................_ _-------------- .... B Below Standard Elements Enter comments here to substantiate below standard ratings.(See Instructions) C Superior Elements Enter comments here to substantiate superior ratings.(See Instructions) --..T..._ _.... _.. .___.__..__.._ .__ �. _. Massana Construction exhibited superior ratings in the following categories: (AI)Massana's superintendent(Mike Keyser)performed an excellent standard of workmanship throughout the project. When Massana encountered construction issues,Mike Keyser as-built the issues which facilitated an accurate resolution. (P4)Massana fabricated two special work platforms which extend over the side of the bridge(similar to a U-bit machine)to perform the work. Massana's crew demonstrated safe and proper use of their equipment. Section V Authentication and Review I certify that I have objectively prepared this report basing it upon data contained in available project records and discussed the report with the contractor. Project Engineers Signature Date I have reviewed this report for objectivity and accuracy. I have given a copy of this report to the rated contractor and I have advised the contractor that any appeal must be made within twenty(20)calendar days. _.._......... ---. ... .._. ... _ -Opera .._—...................._......................_._._...........___. _.m_.........__..._ Date Copy Given/Mailed to Contractor_ Operations Engineer or Designee's Signature Date I have reviewed this Contractor Performance Report and make the following comments and changes as cited herein or on attached sheets. Region Admmistrator s Signature Date DOT Form421-010EF Paga2of2 Distribution: Original-Prequalillcnherr Branch Copy-Project engineer Revised 03/2008 Copy-Region Adminlatralor copy-ConfrgCCds p /,/,;�///�iii l M////// r "J /F„ ' / ' xa .......... �/ / r rnr � n n rrr nr/nrnr% rrrrr r� l r r r n r r/ / /i//�/ nin I I PROJECT MANUAL LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT Project Address: 26284 Lake Fenwick Road, Kent, WA 98032 OWN: City of Kent Parks, Recreation & Community Services 220 4�h Avenue South Kent, WA 98032 Project Manager: Bryan Higgins (253) 856-5113, FAX (253) 856-6050 BHiggins@KentWA.gov JULIE PARASCONDOLA, CPRP DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES 40 a KENT W ASH INGTGN CITY OF KENT KING COUNTY, WASHINGTON LAKE FENWICK PARK FLOATING BOARDWALK REPLACEMENT BIDS ACCEPTED UNTIL: Wednesday November 29, 2017 10:00 A.M. BID OPENING: IMMEDIATELY FOLLOWING KENT CITY HALL, FIRST FLOOR CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032 JULIE PARASCONDOLA, CPRP DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES ' . EN "]"' W A H I NGTON LAKE FENWICK PARK FLOATING BOARDWALK REPLACEMENT TABLE OF CONTENTS • Location map and directions to the park site r Invitation to Bid I. DIVISION 0 — BIDDING REQUIREMENTS AND SAMPLE FORMS 1, Contractor Compliance Statement 2. Proposal 3, Proposal Signature Form 4. Contractor's References 5, Bidder Responsibility Criteria 6. Contractor's Qualification Statement 7. Major Subcontractor Lists (2) 8. Bid Bond 9 Combined Affidavit and Certification of Non-Collusion and Minimum Wage 10. E.E.O. Policy Declaration 11. Kent Administrative Policy 1.2 — Women and Minority Contractors 12. Contract (to be completed after award of bid) 13. Insurance Requirements 14. Change Order Form (for use if needed) 15. Payment and Performance Bond and Certificate as to Corporate Seal (to be completed after award of bid) 16. EEO Compliance Statement (to be completed after project completion) 17. Bidder's Checklist II. DIVISION 1 — CONTROL OF WORK 01 01 00 Summary of Work 01 02 00 Bidder's Qualifications 01 02 70 Application for Payment 01 03 10 Bid Alternates 01 04 00 Coordination 01 04 50 Cutting & Patching 01 05 00 Field Engineering 01 10 00 Special Conditions 01 20 00 Project Meetings 01 3000 Submittals 01 31 10 Schedules & Reports 01 34 00 Shop Drawings 01 40 00 Quality Control 01 50 00 Construction Facilities 01 63 10 Product Substitutions 01 63 20 Substitution Request Form 01 70 00 Project Closeout 01 71 00 Final Cleaning 01 72 00 Project Record Documents 01 7400 Warranties & Bonds LAKE FENWICK PARK FLOATING BOARDWALK REPLACEMENT TABLE OF CONTENTS III. DIVISIONS 2-33 — TECHNICAL SPECIFICATIONS 02050 Demolition 20100 Site Preparation 02210 Earthwork 22489 Floating Walkway and Fishing Pier 03100 Concrete Formwork 03200 Concrete Reinforcement 03300 Cast-in-place Concrete IV. ATTACHMENTS A. Bidder's Package B. Washington State Prevailing Wages C. Plans/Drawings D. HPA Permit E. Soils report from GeoEngineers F. Mitigated Determination of Nonsignificance G. Environmental Review Report i LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT 26284 Lake Fenwick 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 and continue straight across WASHINGTON AVENUE; Turn LEFT onto Reith Road; Turn LEFT onto Lake Fenwick Road; Bear LEFT at the fork; Turn LEFT into park's parking lot. Er m a u+ Y p 4 qz r cn 5 �y1F { mb" +„ Slfi WI L] N T r O x CO � p w A S rn [Af (( yy Yy',t',�✓ PX �Reith Rd pl S-61st$t henilwkPaark S 262rvJ Sti � , " 262S4 Lake Feawkk Road Soul+ ,X yeni(Yt9A vi py P {:arnubY St N s 4 N atS1 S 272nd St r+ INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through 10 A.M. on November 29, 2017 as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 41h Avenue South, Kent, Washington 98032. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following for the City of Kent project named as follows: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT The project consists of removing the existing floating walkway, fishing pier, and abutments at Lake Fenwick Park. Construction of a new concrete floating walkway, fishing pier, abutments and related work as required and as indicated in the project manual and on the drawings. The Engineer's estimated range for this project is $500,000 to $600,000 Bid documents may be obtained atwww.kentwa.gov/procurement. 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`h Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. A Pre-Bid Meeting will be held Wednesday November 15,2017 at 10 a.m. at Lake Fenwick Park All pre-bid questions and clarifications should be made in writing to Blaine McRae brrrcraereidmiddletorr.com no later than 3 working days prior to bid opening. The subject line of the email must read "PREBID QUESTION"and reference the name of the project. Answers to questions will be presented to all recipients of bid packages no later than 24 hours before bids are due. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternated or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory, and responsible bidder and shall be the sole judge thereof. No pleas of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 81h day of November, 2017 BY: KIMBERLEY A. KOMOTO City Clerk Published in the Daily Journal of Commerce on November 8 and November 15, 2017 I. DIVISION 0 - SAMPLE FORMS LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named PROJECT NAME HERE I am the undersigned bidder or prospective contractor. I represent that - I have I have not._._._— participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. . .......................-........,...._ NAME OF BIDDER BY: SIGNATURE/TITLE ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that 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 PROJECT NAME HERE 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. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS BASE BID: Proiect Name Here UNIT PRICES (Unit prices include all labor, materials, and equipment necessary to provide and/or execute and/or place Item noted.) BID SCHEDULE Pike Plan m Quantity, � Pace Total No. Itean escri tbt n Unit. Per Unit Amount . m_,.m.... 1 1 LS 2 1 LS 3 1 LS 1 LS _—.........................------------------------- 5 1 LS __...............................................6 1.._........_ LS ............ ............................................_.........m.. 1 LS ...- 8 1 LS 9 1 LS 10 1 LS 11 .. ........................®......_._................................... _........... 1 LS 1 LS Bid Amount in Words Total Sum Bid Items 1 through 12 $ Washington State Sales Tax 10% $ Bid Amount in Words: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS i BID SUMMARY The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: DATE: (Signature) By: Title: ......... ................. (print name) Company Name: Address: City/State/Zip: Phone: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS GENERAL CONTRACTOR'S REFERENCES PROJECT NAME: Project Name Here 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 Project Name Here. At least two of the references should be from a public agency. Agency Name _............ Address, city, state, zip ................................. Phone _......................................_. Contact Name Name of Project Amount of Contract (approx.) and Year .............................._..._ Agency Name Address, city, state, zip _ Phone — .............. _......... Contact Name Name of Project _ Amount of Contract (approx.) and Year Agency Name ...... . .. Address, city, state, zip — Phone ..............._, _____ Contact Name .._........................................... .—Name of Project Amount of Contract (approx.) and Year Note: This form must be included with your bid. ❑ I have worked for the City of Kent in 2015, 2016 or 2017. Name of Project: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (Insert Date), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder's Business Name By ...�..................... Signature of Authorized Official* Printed Name: Title: Date: City and State: *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for PROJECT NAME HERE 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. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION D SAMPLE DOCUMENTS 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as 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: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 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 20___ Notary Public: ...._.._............................................. My Commission Expires: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, which shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Proiect Name Here Project Number: ............................m............ ------- Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name _ Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: Proiect Name Here 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:. Subcontractor Name: Subcontractor Name: Signature of Bidder Date LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, ._.............._............_., _ , as Principal, and _ , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of_._._......._ 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 Project Name Here. According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or If the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF 20 . PRINCIPAL SURETY 20 Received return of deposit in the sum of $ _____._ LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 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. Project Name Here NAME OF PROJECT NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn before me this _ day of 20 . Notary Public: My Commission Expires: ____ LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS DECLAMATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above, By: For„ Title: Date: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS 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. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS PROPOSAL SIGNATURE PAGE PROJECT: Proiect Name Here The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within 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) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 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 BIDD.E.R..... BY: _ Signature (Print Name and Title) Address LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS NOTE: By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO, NAME OF CONTRACTOR: ("Contractor") CONTRACT NAME & PROJECT NUMBER: ORIGINAL CONTRACT DATE: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change _......................................................................._....__ Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS ......................_......................._ ._____._._...._.........._..._ Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change calendar days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: .............._................................ _......, Its Its (title) (title) DATE: DATE: LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS ........... .........................................................................--..................................................................,...................,...,.,............................................ .. APPROVED AS TO FORM.- (applicable if Mayor's signature required) Kent Law Department (In 0",flelh,Vnu nay cote,L 1,e1"V 1,rlI ,Id where I he,a ntra¢h.,b—,--dj LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and organized under the laws of the State of located and doing business at _ ("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: Project Name Here 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 XXX 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 $ 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. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS 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. LAKE FENWICK PARK CITY OF KENT FLOATING WALKWAY REPLACEMENT DIVISION D SAMPLE DOCUMENTS BY: SUZETTE COOKE, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: LAKE FENWICK PARK EXHIBIT A FLOATING WALKWAY REPLACEMENT DIVISION 0 INSURANCE REQUIREMENTS FOR SAMPLE DOCUMENTS 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. Automobilg Li@!2illity insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers.' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT EXHIBIT A Continued DIVISION SAMPLE DOCUMENTS 2. Products and Cornpicted 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 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, LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT EXHIBIT A (Continued) DIVISION o SAMPLE DOCUMENTS 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. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS PAYMENT AND PERFORMANCE BOND TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, _ as Principal, and _ a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $. , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Pro,.iert Name Harp _ (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. TWO WITNESSES: PRINCIPAL (enter principal's name above) BY: TITLE: DATE: DATE: CORPORATE SEAL: ........... ............._ PRINT NAME DATE: SURETY CORPORATE SEAL: BY: DATE: TITLE: ADDRESS: CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal . _ .... Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY LAKE FENWICK PARK FLOATING WALKWAY REPLACEMENT DIVISION 0 SAMPLE DOCUMENTS CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Project Name Here that was entered into on the Day of 20 between the firm I represent and the City of Kent, I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: BIDDER'S CHECKLIST Project: Lake Fenwick Floating Walkway Replacement The bidder's attention is especially called to the following City of Kent forms that must be executed in full as required: Failure to comply shall result in rejection of any bid not so complying. ❑ CONTRACTOR'S COMPLIANCE STATEMENT: ❑ BID PROPOSAL: The unit prices and alternate bid(s) and lump sum base bid must be shown in the space provided. Show prices in both words and figures. ❑ REQUEST FOR REFERENCES: Form to be completed by the bidder. ❑ BIDDER RESPONSIBILITY CRITERIA: To be completed by the bidder. ❑ CONTRACTOR'S QUALIFICATION STATEMENT: Form to be completed by the bidder. ❑ SUBCONTRACTOR LIST(S): Indicate all subcontractors (and yourself, if applicable) that will perform work amounting to more than ten percent of the total contract price. This/These form(s) must be completed and submitted by the time and day as indicated. ❑ BOND ACCOMPANYING BID: Form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond must equal 5% of the total amount bid and shall be shown in both words and figures. ❑ COMBINED AFFIDAVIT AND CERTIFICATION FORM: This form must be subscribed to and sworn before a Notary Public. ❑ E.E.O.POLICY DECLARATION: To be completed and signed by the bidder. ❑ DISADVANTAGED MINORITY or WOMEN'S BUSINESS ENTERPRISE CERTIFICATION: If applicable to bidder. ❑ PROPOSAL SIGNATURE SHEET: To be completed and signed by the bidder. The following forms are to be executed after the Agreement is awairded: ❑ PUBLIC WORKS AGREEMENT: Executed by the successful bidder. PERFORMANCE BOND CERTIFICATE_AS_TO_CORPORATE SEAL: To be executed by the successful Bidder and his surety company. The following form o be executed after completion f the project: ❑ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE: To be executed after completion and prior to acceptance by Owner. Retainage will not be released by Owner until receipt of this Affidavit. IL DIVISION 1 - CONTROL OF WORK Lake Fenwick Park Floating Boardwalk Replacement Section 01 01 00 Summary of Work Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions, Special Conditions and other Division-1 Specification sections, apply to work of this section. 1.2 CONTRACT DOCUMENTS A. The Contract Documents indicate the Work of the Contract and related requirements and conditions that have an impact on the project. 1.3 ABBREVIATED WRITTEN SUMMARY The project consists of removing the existing floating walkway, fishing pier and abutments at Lake Fenwick Park. Construction of a new concrete floating walkway, fishing pier, abutments and related work as required and as indicated in the project manual and on the drawings. 1.4 CONTRACTOR USE OF PREMISES A. Contractor will be allowed staging area for use on the project area. B. Keys will be issued to the Contractor for access to the project area. Contractor shall be responsible for security of the project area. C. All keys must be returned to the City prior to Final Completion and Final Acceptance of the project. Charges for unreturned keys shall be based on the actual costs necessary to re-key all locks affected by the loss. D. Contractor shall reimburse the City for all costs associated with inadequate security or locking up procedures. E, Keep driveway and entrances clear at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize requirements for storage materials. F. Contractor is responsible to protect all existing properties, equipment, structures, and finishes in the building and on the site from any damage related to construction. Contractor is responsible for replacement should any damage occur, 1.5 OWNER OCCUPANCY A. Partial Owner Occupancy: The Owner reserves the right to place and install equipment as necessary in completed areas of the project and to occupy such Lake Fenwick Park Floating Boardwalk Replacement Section 01 01 00 Summary of Work Page 2 completed areas prior to substantial completion, provided that such occupancy does not substantially interfere with completion of the Work. Such placing of equipment and partial occupancy shall not constitute acceptance of the Work or any part of the Work. 1.6 PRECONSTRUCTION &CONSTRUCTION SCHEDULE A. Contracts and all prerequisite documents must be completed by the Contractor within fourteen (14) calendar days after receipt of written Notice of Intent to Award on properly prepared forms of the Agreement. The Contractor shall provide its tax identification number at that time. B. Notice to Proceed will be issued after the contract award, execution of the contract, and submittal of insurance certificates and performance and payment bond. C. 100%Completion shall be reached on or before 14 calendar days from the date of Substantial Completion. Liquidated damages in the amount defined in 1.07 will take effect if Work is not complete. 1.7 COMMENCEMENT, COMPLETION AND LIQUIDATED DAMAGES A. Time of Commencement: The work of this contract shall be commenced afterthe issuance of a written Notice to Proceed by the Owner. The work shall be completed within the time limits stipulated in Section 1.06. The Contractor shall reimburse Owner for any loss suffered through failure to meet the schedule in an amount specified in the Proposal. Should an extension of time be granted to the Contractor by Change Order signed by the Owner,the Contractor shall indemnify and hold harmless the Owner from any loss to any other Contractor or subcontractor caused by such extension of time, except should extension be due to severe weather conditions not reasonably anticipated. B. Working Days: All work under this contract shall be completed within 150 calendar days from the Notice to Proceed. All in-water work (i.e., below ordinary high water) must completed by April 30, 2018, as specified in the HPA. C. Time of Completion and Liquidated Damages: If the said Contractor shall neglect or fail to complete the work within the time limits specified in Section 1.04, or any proper extension thereof granted by the Owner,then the Contractor does hereby agree, as a part consideration for the awarding of this contract,to pay the Owner liquidated damages. Such liquidated damages shall be in a lump sum of one thousand dollars ($1,000.00) per calendar day that the work remains uncompleted beyond the time limits specified in Section 1.06. Lake Fenwick Park Floating Boardwalk Replacement Section 010100 Summary of Work Page 3 D. Substantial completion, as referred to herein, shall mean that all components of the project have been completed and are suitable for use; that no hazards exist for the users of the facilities. Items remaining to be completed shall be of such a nature that the use of the facilities will not be disrupted during its completion for final acceptance in compliance with substantial completion as defined in the General Conditions. E. Completion for final acceptance as referred to herein shall mean completion of the project in all respects called for by the contract documents and verification of the final completion by the Engineer, including the correction of all items listed in the final discrepancy report (punchlist). F. The said amount of liquidated damages is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is agreed to be the amount of damages which the Owner would sustain and said amount may be retained by the Ownerfrom current periodical progress payments and is not a penalty. END OF SECTION 010100 j Lake Fenwick Floating Walkway Replacement Section 0102 00 Bidder Qualifications Page 1 PART 1 GENERAL 1.1 SUMMARY A. This section identifies the qualifications that the Bidder and Subcontractors shall meet prior to award of the Contract. B. The Owner may choose to forego the documentation requirements of this section at their convenience. 1.2 DEFINITION OF TERMS A. "Successfully performed and completed" and "Successful performance and completion" as used in this section refers to a complete installation and acceptance of the installation by the project owner. B. Project Field Superintendent/Supervisor. 1. The Project Field Superintendent/Supervisor shall be the employee of the Contractor or Subcontractor who directs and coordinates the Contractors or subcontractors daily physical construction activities in the field, either for a specific portion of the work or the entire project. 2. Responsibilities of the Project Field Superintendent/Supervisor include, but are not limited to: a. Physically overseeing, coordinating and scheduling day to day construction work. b. Coordinating with subcontractors and the Engineer as needed for the execution of the work. c. Responsible for the day to day prosecution of the work. C. "Similar project' as used in this section means a project similar in character to the work in which each respective firm or their employee will perform on this project. The "similar project' shall also be equal or greater in scale and complexity than the work for which each firm will be engaged to perform on this project. D. Foreman/Alternate Foreman: 1. The "Foreman/Alternate Foreman" shall be the employee of the Contractor or Subcontractor working in their area of expertise in direct control of the work at the craft level. Lake Fenwick Floating Walkway Replacement Section 0102 00 Bidder Qualifications Page 2 1.3 QUALIFICATIONS OF BIDDERS A. Required Qualifications In addition to any and all other requirements described elsewhere in the Bidding Documents, to be Awarded the Contract the successful Bidder will have adequately and positively documented the following qualifications. 1. The firm shall have successfully performed and completed five (5) similar projects during the last three (3)years in the Pacific Northwest Region (Washington, Oregon, Idaho, Northern California). 2. The firm shall be licensed as a General Contractor in the state of Washington having worked under the same name and ownership for at least five (5)years. Changes of company name will be evaluated on a case by case basis to determine compliance with the qualification requirements. Additional information may be required to supplement proof of organization or ownership structure. 3. The firm shall demonstrate adequate capacity to fulfill the obligations of the Contract by disclosing the following; a. Description of the Firms Organizational Structure, including number of employees at each level. b. Itemization of equipment owned and leased. c. List of current Contracts outstanding including description and value. B. Following the opening of bids, the bidder under consideration for award will document qualifications as specified and submit to the engineer within three (3) business days of the Bid Opening.The information will be used to document compliance with this section. Do not submit any qualification documentation with your bid. C, It shall be the Bidder's or Subcontractor's responsibility to verify that the reference information provided (names and phone numbers) is current. If the Engineer is unable to contact the listed individuals in order to verify Bidder or Subcontractor experience, the related experience will not be considered by the Engineer in its determination of compliance with the requirements of this Section. Lake Fenwick Floating Walkway Replacement Section 0102 00 Bidder qualifications Page 3 1.4 REQUIRED DOCUMENTATION A. Provide the following information for each similar project claimedl 1. Owner's Name 2. Name of Responsible Owner's Representative, including title 3. Telephone Number of Owner's Representative 4. Project Name 5. Project Location 6. Name of prime contractor 7. Dates of Execution, including Date of Notice to Proceed and Date of Final Acceptance. 8. Brief technical summary of the work, including any pertinent details to demonstrate the required experience. 9. Record of Warranty Work performed from date of Final Acceptance, including dates and specific descriptions of work performed. B. Project Field Superintendent/Supervisor: The bidder shall at all times utilize a project Superintendent, able to converse in English, who has successfully performed and completed a minimum of three (3) similar projects in the last five (5) years that are equal to or greater than in scale and complexity than this project. 1. Provide the following documentation as proof of Superintendent's experience: a. Name of Superintendent. b. A list of five (5) projects completed under the above named Superintendents direct supervision. c. The location of each project. d. Name of Owner and prime contractor for each project. e. Project start and completion dates f. Name and telephone number of the Engineer and prime contractor for each project who can verify work performed by the superintendent. C. Foreman/Alternate Foreman 1. The bidder and their subcontractors shall at all times utilize a Foreman/ Alternate Foreman for each trade, able to converse in English, working in their area of expertise who has a minimum of five (5) years' experience on projects that are equal to or greater than in scale and complexity than this project. 2. Provide the following documentation as proof of Foreman/Alternate Foreman experience: a. Name of Foreman/Alternate Foreman b. A list of three (3) projects completed under the above named Foreman/ Alternate Foreman direct supervision. Lake Fenwick Floating Walkway Replacement Section 0102 00 Bidder Qualifications Page 4 c. Location of each project d. Name of Owner and prime contractor for each project. e. Project start and completion dates f. Name and telephone number of the representative of the prime contractor for each project who can verify work performed by the Foreman/Alternate Foreman. PART 2 PRODUCTS Not applicable PART 3 EXECUTION Not applicable END SECTION 0102 00 Lake Fenwick Park Floating Walkway Replacement Section 0102 70 Application for Payment Page 1 PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements governing the Contractor's Schedule of Values and Applications for Payment. B. This Section specifies administrative and procedural requirements governing each prime contractor's Applications for Payment. 1. Coordinate the Schedule of Values and Applications for Payment with the Contractor's Construction Schedule, Submittal Schedule, and List of Subcontracts. C. Related Sections: The following Sections contain requirements that relate to this Section. 1, Schedules: The Contractor's Construction Schedule and Submittal Schedule are specified in Division 1 Section "Submittals." 1.3 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of the Contractor's Construction Schedule. B. A single Schedule of Values shall be required for the project, including Alternate Bid items. 1. Correlate line items in the Schedule of Values with other required administrative schedules and forms, including: a. Contractor's Construction Schedule. b. Application for Payment forms, including Continuation Sheets. c. List of subcontractors. d. List of principal suppliers and fabricators. e. Schedule of submittals and list of products. 2. No later than upon contract award, begin preparing a Schedule of Values. Submit the Schedule of Values to the Engineer and Owner at the earliest possible date but no later than 10 days after the date of award. Form and Lake Fenwick Park Floating Walkway Replacement Section 0102 70 Application for Payment Page 2 format shall be presented in a form acceptable to the Owner as noted in the General Conditions. C. Format and Content: Use the Project Manual table of contents as a guide to establish the format for the Schedule of Values. Provide at least one line item for each Specification Section, and each logically distinct area of the work. 1. Identification: Include the following Project identification on the Schedule of Values: a. Project name and location. b. Owner's name. c. Name of the Engineer. d. Project number. e. Contractor's name and address. f. Date of original submittal. g. Date of revised submittals. 2. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of Work. c. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. g. Dollar value. 3. Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Break principal subcontract amounts down into several line items. Provide a 4%line item for each line item for close out. 4. Round amounts to nearest whole dollar; the total shall equal the Contract Sum. 5. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment, purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. Include costs for insurance and bonded warehousing which are required. No payment for materials stored offsite will be made without prior notice to and acceptance by, the Owner. Provide acceptable proof of insurance and bonding of the storage facility and its contents. Such storage may be no more than 50 miles from the Project site and shall be open to Owner and Engineer observation. All materials stored off-site must be separated from general inventory, protected and clearly marked with the Owner's, Project's and Contractor's name. Clear title to ownership of the material Lake Fenwick Park Floating Walkway Replacement Section 0102 70 Application for Payment Page 3 shall be submitted in writing by the Contractor to the Owner. Storage of materials off-site shall not be a basis for a claim for additional costs unless the need for off-site storage arose after the bid and at the request of the Owner. 6. Provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 7. Margins of Cost: Show line items for indirect costs and margins on actual costs only when such items are listed individually in Applications for Payment. Each item in the Schedule of Values and Applications for Payment shall be complete. Include the total cost and proportionate share of general overhead and profit margin in each item. Do not include a separate line item for either general overhead or profit. a. Mobilization, temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at the Contractor's option. 8. Schedule Updating: Update and resubmit the Schedule of Values prior to the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. Such items shall be itemized separately at the end of the Schedule. 9. The Owner reserves the right to reject the Schedule of Values if the Owner determines that it is front loaded or otherwise does not reasonably approximate the anticipated cost of the identified line items. 1.4 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by the Architect/ Engineer and paid for by the Owner. The initial Application for Payment, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements. B. Payment-Application Times: The date for each progress payment will be scheduled approximately monthly and correspond to the meetings of the Owner's Board of Directors. The period covered by each Application for Payment starts on the day following the end of the preceding period and ends on the day prior to the current application. Applications for Payment shall be submitted to the Engineer in advance per the requirements of the General Conditions. C. Payment-Application Forms: Use attached contract forms for Applications for Payment. D. Application Preparation: Complete every entry on the form. Include notarization and execution by a person authorized to sign legal documents on behalf of the Lake Fenwick Park Floating Walkway Replacement Section 0102 70 Application for Payment Page 4 Contractor. The Engineer will return incomplete applications without action. Responsibility for delay of payment due to incomplete, inaccurate or incorrect forms shall be the Contractor's. 1. Entries shall match data on the Schedule of Values and the Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Board approved Change Orders issued prior to the last day of the construction period covered by the application. Show such amounts separately from other work already included in the Schedule of Values. E, Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to the Engineer. All copies shall be complete, including waivers of lien and similar attachments. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the Engineer. F. Waivers of Mechanics Lien: Submit waivers and certifications in accordance with the requirements stated in the General Conditions. G. Notarized Statement of Payment to Sub-Contractors: 1. All copies of all Applications for Payment, with the exception of the first, shall be accompanied by a written statement on the Contractor's letterhead stationary reading as follows: "This letter is to certify that all sub-contractors and suppliers have been paid to the degree of their interests as stated in the last Application for Payment submitted, withholding only the retainage applicable. Receipts listing the actual amount paid, signed by an officer of the business entity paid, are attached for all principal sub-contractors and suppliers. Said receipts also state and represent that all sub-sub-contractors, suppliers, wages, taxes and fringe benefits related to the sub-contract have been paid in full to the degree their interests were stated in the last Application for Payment." 2. Each statement shall be notarized over an original signature of an officer of the Contractor authorized to represent it in legal and financial matters. 3. After the first Application for Payment, no further Applications will be processed without the notarized statement and receipts concerning payment to sub-contractors. H. Initial Application for Payment: Administrative actions and submittals,that must precede or coincide with submittal of the first Application for Payment, include the following. Failure to submit any of the following is sufficient grounds to withhold processing of Application for Payment. Lake Fenwick Park Floating Walkway Replacement Section 0102 70 Application for Payment Page 5 1. List of subcontractors. 2. List of principal suppliers and fabricators. 3. Approved Schedule of Values. 4. Approved Contractor's Construction Schedule. 5. Schedule of principal products and submittals. 6. Schedule of unit prices. 7. List of Contractor's staff assignments. 8. Copies of any building permits, authorizations and licenses to be obtained by the Contractor from governing authorities for performance of the Work. 9. Certificates of insurance and insurance policies not previously required or filed. I. Final Payment Application: Administrative actions and submittals that must be submitted to the Owner through the Engineer prior to the time of Application for Payment at Final Completion are set forth below. See also the requirements of Section 0170 00 1.4. 1. Completion of Project closeout requirements as noted in Division 1 section, "Project Closeout". 2. Ensure that unsettled claims have been settled. 3. Signed receipt of transmittal of required Project construction records to the Owner. 4. Property survey if required by Contract Documents. 5. Removal of temporary facilities and services, if not previously accomplished. 6. Removal of surplus materials, rubbish, and similar elements. 7. Project Permit Drawings and related documents including copies of the signed off permit sheets. 8. All final submittals shall be submitted at the same time. Partial submittals will not be processed. END OF SECTION 0102 70 Lake Fenwick Park Floating Walkway Replacement Section 0103 10 Bid Alternates Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements governing Alternates. 1.3 DEFINITIONS A. Definition: An alternate is an amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added or deducted to the Base Bid amount as applicable if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate the Alternate into the Work. 1.4 PROCEDURES A. Coordination: Modify or adjust any other affected Work as necessary to completely and fully integrate that Work into the Project along with the Alternate. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate. 2. Alternates added by Addenda during the bid period, are subject to the requirements of this section as if originally bound herein. B. Notification: Immediately following the award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate whether alternates have been accepted or rejected. C. Execute accepted alternates underthe same conditions as other Work of this Contract. Lake Fenwick Park Floating Walkway Replacement Section 0103 10 Bid Alternates Page 2 D. Schedule: A "Schedule of Alternates" is included at the end of this Section. Specification Sections referenced in the Schedule contain requirements for materials necessary to achieve the Work described under each alternate. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 0103 10 Lake Fenwick Park Floating Walkway Replacement Section 0104 00 Coordination Page 1 PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and supervisory requirements necessary for coordinating construction operations including, but not necessarily limited to, the following: 1. General project coordination procedures, 2. Coordination Drawings. 3. Cleaning and protection. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Field Engineering" specifies procedures for field engineering services, including establishment of benchmarks and control points. 2. Division 1 Section "Project Meetings" for progress meetings, coordination meetings, and preinstallation conferences. 3. Division 1 Section "Schedules and Reports" for preparing and submitting the Contractor's Construction Schedule. 4. Division 1 Section "Project Closeout" for coordinating contract closeout. 1.3 COORDINATION A. Coordinate construction operations included in various Sections of these Specifications and in other Contract Documents to assure efficient and orderly installation of each part of the Work. Coordinate construction operations included under different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in the sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to assure maximum accessibility for required maintenance, service, and repair. 3. Make provisions to accommodate items scheduled for later installation. Lake Fenwick Park Floating Walkway Replacement Section 0104 00 Coordination Page 2 4. At all times that Work is underway on the Project, the Contractor's superintendent or a fully knowledgeable and qualified foreman, shall be on the site to assure proper coordination of the Work. B. Where necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. 1. Prepare similar memoranda for the Owner and separate contractors where coordination of their work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings. 5. All inspections. 6. Project closeout activities. PART2 PRODUCTS—NOT USED PART 3 EXECUTION 3.1 GENERAL COORDINATION PROVISIONS A. Inspection of Conditions: Require the Installer of each major component to inspect both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Coordinate temporary enclosures with required inspections and tests to minimize the necessity of uncovering completed construction for that purpose. 3.2 CLEANING AND PROTECTION A. Clean and protect construction in progress and adjoining materials in place, during handling and installation. Apply protective covering where required to assure protection from damage or deterioration until Substantial Completion. Lake Fenwick Park Floating Walkway Replacement Section 0104 00 Coordination Page 3 B. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. C. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. END OF SECTION 0104 00 Lake Fenwick Park Floating Walkway Replacement Section 0104 50 Cutting&Patching Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0& 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for all cutting and patching necessary to complete the Work. B. Related Sections: The fallowing Sections contain requirements that relate to this Section: 1. Division 1 Section "Coordination" for procedures for coordinating cutting and patching with other construction activities. 2. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. 1.3 PLANNING/ENGINEERING A. Cutting and Patching Plan: Prepare a plan describing procedures well in advance of the time cutting and patching will be performed. Include the following information, as applicable, in the plan: 1. Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform Work. 4. Indicate dates when cutting and patching will be performed. 5. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. 6. Where cutting and patching involves adding reinforcement to, or shoring of, structural elements, have details and calculations prepared by a licensed engineer showing integration of reinforcement with the original structure. 7. Planning and engineering of the Contractor's cutting and patching does not waive the Owner or Engineer's right to later require complete removal and replacement of unsatisfactory work. Lake Fenwick Park Floating Walkway Replacement Section 0104 50 Cutting&Patching Page 5 1.4 QUALITY ASSURANCE A. Operational Limitations: Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. B. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the Engineer's opinion, reduce the building's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.5 WARRANTY A. Existing Warranties: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner, and with certified specialists where required, so as not to void any warranties required or existing. PART2 PRODUCTS 2.1 MATERIALS A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces if identical materials are unavailable or cannot be used. If matching material is not available, replace entire surface, component or assembly so that patch is not visible. Use materials whose installed performance will equal or surpass that of existing materials. PART 3 EXECUTION 3.1 INSPECTION A, Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered,take corrective action before proceeding and notify the Owner and Engineer. Lake Fenwick Park Floating Walkway Replacement Section 0104 50 Cutting&Patching Page 6 3.2 PREPARATION A. Temporary Support: Provide temporary support and bracing of work to be cut. B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3.3 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Where original work required specialists or used a specific trade, the same specialist and/or trade shall execute the cutting and patching unless another specialist/trade is better suited due to conditions present. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage elements retained or adjoining construction. Where possible, review proposed procedures with the original Installer; comply with the original Installer's recommendations. 1. In general, where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Use conventional drills, not roto- hammers. 3. Comply with requirements of applicable Division 2 Sections where cutting and patching requires excavating and backfilling. 4. Where services are required to be removed, relocated, or abandoned, by-pass utility services, such as pipe or conduit, before cutting. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. Lake Fenwick Park Floating Walkway Replacement Section 0104 50 Cutting&Patching Page 7 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. 3.4 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, solder, oils, putty, sealant and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. END OF SECTION 0104 50 Lake Fenwick Park Floating Walkway Replacement Section 0105 00 Field Engineering Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. General: This Section specifies administrative and procedural requirements for field-engineering services including, but not limited to land survey and construction layout work. PART 2 PRODUCTS— NOT USED PART 3 EXECUTION 3.1 EXAMINATION A. Identification: The documents will identify existing control points and property line corner stakes where known. Where not so identified in the documents, Surveyor to locate and identify. B. Verify layout information shown on the Drawings, in relation to the property survey and existing benchmarks, before proceeding to lay out the Work. Locate and protect existing benchmarks and control points. Preserve permanent reference points during construction. 1. Do not change or relocate benchmarks or control points without prior written approval. Promptly report lost or destroyed reference points or requirements to relocate reference points because of necessary changes in grades or locations. 2. Promptly replace lost or destroyed Project control points. Base replacements on the original survey control points. C. Establish and maintain the number of permanent benchmarks on the site as required by the Work, but not less than 2, referenced to data established by survey control points. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. Lake Fenwick Park Floating Walkway Replacement Section 0105 00 Field Engineering Page 2 D. Existing Utilities and Equipment: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning site work, investigate and verify the existence and location of underground utilities and other construction. 1. Prior to construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping. 3.2 PERFORMANCE A. Work from lines and levels established by the property survey. Establish benchmarks and markers to set lines and levels at each story of construction and elsewhere as needed to locate each element of the Project. Calculate and measure required dimensions within indicated or recognized tolerances. Do not scale Drawings to determine dimensions. 1, Advise entities engaged in construction activities of marked lines and levels provided for their use. 2. As construction proceeds, check every major element for line, level, and plumb. B. Surveyor's Log: Maintain a surveyor's log of control and other survey work. Make this log legible and available for reference. 1. Record deviations from required lines and levels, and advise the Engineer when deviations that exceed indicated or recognized tolerances are detected. On Project Record Drawings, record deviations that are accepted and not corrected. C. Site Improvements: Locate and lay out site improvements, including pavements, stakes for grading, fill and topsoil placement, utility slopes, and invert elevations. D. Existing Utilities: Furnish information necessary to adjust, move, protect or relocate existing structures, utility poles, lines, services, or other appurtenances located in or affected by construction. Coordinate with local authorities having jurisdiction. END OF SECTION 0105 00 Lake Fenwick Park Floating Walkway Replacement Section 0110 00 Special Conditions Page 1 1.1 STANDARD SPECIFICATIONS & REGULATIONS A. All sections of the standard specifications applicable to any and all parts of this project shall govern, except as specifically modified in these contract documents, 1. City of Kent standards 2. Washington State Department of Ecology standards 3. The Standard Specifications for Municipal Public Works Construction, latest edition 4. Washington State Department of Transportation (WSDOT) and American Public Works Association (APWA), Washington State Chapter Standard Specifications, latest edition 5. American Society for Testing & Materials (ASTM) B. Perform all work in full accordance and conformity with the current requirements of all applicable codes and regulatory agencies. Some governing codes, regulations and jurisdictions are listed here for convenience since they commonly hold sway over construction projects. Therefore, the contractor shall be familiar with, and responsive to the requirements of: 1. ICBO Uniform Building code 2. Washington State Building code Advisory Council Regulation for Barrier-free Facilities (Rev. Aug. 1993) 3. State of Washington Board of Health Rules and Regulations 4. City of Kent 5. King County 6. Local Air Pollution Control Agency and/or State of Washington Dept. of Ecology 7. Department of Labor and Industries regulations 8. WISHA 9. Other codes and agencies particular to each unique aspect of the work 1.2 CONTRACT DOCUMENTS A. Legal and Procedural Documents B. Performance Bond C. Insurance Certificates D. General Conditions E. Summary of Work and Special Conditions F. Technical Provisions G. Drawings Lake Fenwick Park Floating Walkway Replacement Section 0110 00 Special Conditions Page 2 1.3 DRAWINGS A. The official drawings for this project are shown on the drawings which bear the title "Lake Fenwick Floating Walkway Replacement" 1.4 EXAMINATION OF DOCUMENTS AND THE SITE A. Contractor represents that he has carefully examined all contract documents and site conditions including ingress and egress routes and understands the character, quality, and quantity of work called for and all conditions of the contract. Contractor shall carefully compare and check all documents for omissions and discrepancies. This coordination shall precede each phase of the work and omissions and discrepancies shall be reported promptly to the Engineer. B. The Contractor shall field measure each of the field areas to confirm the dimensions of the existing field areas prior to shop drawing preparation and turf manufacturing. C. Where conflicts have not been brought to Engineer's attention, it is understood Contractor has assumed the more costly method or methods of performing the work affected by such conflict. In addition, if the Contractor performs any construction activity and if Contractor knows or should have known that any of the contract documents contains a recognized error, inconsistency or omission, the Contractor shall be responsible for such performance and shall bear the cost for correction thereof. 1.5 COORDINATION AND PRECAUTIONS A. Coordination: The Contractor and all subcontractors shall diligently comply with the following requirements: 1. Cooperate in planning and layout of the work well in advance of operations. 2. Inform other Contractors of requirements at proper time to prevent delay or revisions. 3. Be informed on the requirements of other Contractors and check own work for conflict with the work of other Contractors. 4. Ensure delivery of materials and performance of work on coordinated schedule with other Contractors. Lake Fenwick Park Floating Walkway Replacement Section 0110 00 Special Conditions Page 3 B. Mutual Responsibility: While there is more than one contractor engaged on the project, each such contractor shall be responsible to the other for damages to work, injury to any person or persons, or for any loss, cost, claims or damages arising out of or in connection with the work required by each contract with the Owner or any loss, cost, expense or damage caused by separate contractor's neglect or failure to finish or satisfactorily complete his part of the work within the time prescribed. C. Precautions: 1. TAKE EXTRA PRECAUTIONS to protect the users of the portions of the site that are to remain occupied. 2. TAKE SPECIAL CARE in the removal of items that are to be relocated or salvaged. Any damage to items to be relocated shall be repaired or replaced as directed by the Engineer at no expense to the Owner. 3. TAKE EXTRA PRECAUTIONS to protect workmen, public, and employees from hazards of constructions, storage, electricity, etc. 4. MAINTAIN ACCESS TO the existing occupied portions of the site throughout construction. Where access cannot be maintained due to the work involved, such work shall be scheduled during times approved by the Owner. 5. Materials and equipment furnished and installed shall be manufactured, fabricated, or constructed to meet the safety requirements of all State of Washington Department of Labor and Industries Safety Division Codes 6. Follow all printed or oral instructions and diagrams of the manufacturer of products or equipment for application, installation, connection, erection, use, cleaning, and conditioning of all materials, articles and equipment. Specifications in conflict with manufacturers' instructions shall be called to the attention of the Engineer for final direction. 1.6 PROJECT SUPERINTENDENT A. The Contractor shall designate an individual (superintendent) within their organization who will have the full-time on-site responsibility for the proper coordination and execution of the work throughout the duration of the contract. The superintendent shall be onsite during all construction activity except as approved by the Engineer. B. The superintendent shall be thoroughly experienced in the class of work specified. The superintendent shall have authority to make decisions for the Contractor and the superintendent's actions shall be binding on the Contractor. The designated superintendent shall be approved by the Owner and the Engineer. The Owner and the Engineer shall have the right to require the Contractor to dismiss from the project any superintendent whose Lake Fenwick Park Floating Walkway Replacement Section 0110 00 Special Conditions Page 4 performance is not satisfactory to the Owner and the Engineer, and to replace such superintendent with a superintendent satisfactory to the Owner and the Engineer. 1.7 QUALITY CONTROL AND TESTING A. The Owner will be performing testing and certifying compliance with the contract documents. The Owner's testing is for the purpose of verifying compliance and not as a guide for the Contractor. The Contractor shall provide his own testing and surveillance as required to provide materials and work that fully comply with contract requirements. B. The Contractor at a price equal to the Owner's contract testing agreement shall pay for tests performed that do not meet specifications. The Contractor shall pay directly to the testing organization upon invoice that has been approved by the Engineer. C. Refer to individual sections of the technical provisions for further testing and qualitycontrol requirements. 1.8 WORK CERTIFICATION A. When proceeding with the work, the Engineer prior to proceeding with the next portion must certify the various stages of completion. B. Certification does not imply final acceptance. The Contractor is responsible for maintaining the satisfactory condition of and makes necessary adjustments and corrections to all of the work so as to achieve an acceptable completed installation. End of Section 0110 00 Lake Fenwick Park Floating Walkway Replacement Section 0120 00 Project Meetings Page 1 PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project meetings, including, but not limited to,the following: 1. Pre-construction conferences. 2. Pre-installation conferences. 3. Progress meetings. 4. Coordination meetings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Coordination" for procedures for coordinating project meetings with other construction activities. 2. Division 1 Section "Submittals"for submitting the Contractor's Construction Schedule. 3. Technical Specification Sections requiring preconstruction, coordination or pre-installation meetings. C. Recording:The Owner has the right to record all events and actions related to the Work by the most convenient means necessary. Such recording may include, but is not limited to, the electronic collection of voice and images by tape recorders, videography and electronic or standard camera. Such recording may occur at any time and at any location where Work, including component storage, manufacture or fabrication, or meetings related to the project are occurring, on or off the site. This right shall be included in all sub-contractor and supplier agreements with the Contractor. 1.3 PRECONSTRUCTION CONFERENCE A, The Owner will schedule a preconstruction conference before the start of construction, at a time convenient to the Owner, Contractor and the Engineer, but no laterthan 15 days after execution of the Agreement. The conference will be held at the Project Site or another convenient location. The meeting shall be conducted to review responsibilities and personnel assignments. Lake Fenwick Park Floating Walkway Replacement Section 0120 00 Project Meetings Page 2 B. Attendees: Authorized representatives of the Owner, Engineer, and their consultants; the Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work. C. Agenda: Discuss items of significance that could affect progress, including the following: 1. Outstanding Contract issues, if any, to include the Contract, Bonds, Insurance or other requirements. 2. Designation of responsible personnel to include representative(s) of the Owner; the Engineer; Contractor's project manager and superintendent; major sub-contractors and Owner's on-site staff/occupant representative. 3. Tentative construction schedule. 4. Critical work sequencing. S. Review of concurrent work by Owner or others. 6. Status of outstanding Permits. 7. Coordination issues relative to on-going Owner occupancy and site use, if any. 8. Coordination issues relative to maintaining good neighborhood relations and achieving noise, storm water run-off and dust control. 9. Procedures and routing of communications for processing field decisions and Change Orders. 10. Procedures and routing of communications for processing Applications for Payment. 11. Distribution of Contract Documents. 12. Procedures and routing of communications for Shop Drawings, Product Data, and Samples. 13. Special Inspections, Testing and Quality Control. 14. Preparation of record documents including daily logs. 15. Use of the premises. 16. Establishment of regular progress meeting schedule. 17. Site access and parking availability. 18. On-site office, work, and storage areas. 19. Equipment deliveries and priorities. 20. Safety procedures. 21. Security. 22. Housekeeping and sanitary facilities. 23. Working hours. 24. Review of Contract Documents and outstanding questions related thereto. 25. Review of Ownerfurnished items. Lake Fenwick Park Floating Walkway Replacement Section 0120 00 Project Meetings Page 3 1.4 PREINSTALLATION CONFERENCES A. Conduct a pre-installation conference at the Project Site before each construction activity that requires coordination with other construction, or where specifically noted in the Contract Documents. B. Attendees: The Installer and representatives of manufacturers, sub-contractors, Contractor, Owner's representative and Owner's special inspector involved in or affected by the installation, and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise the Engineer of scheduled meeting dates. 1. Review the progress of other construction activities and preparations for the particular activity under consideration at each preinstallation conference, including requirements for the following: a. Contract Documents. b. Deliveries. c. Shop Drawings, Product Data, and quality-control samples. d. Possible conflicts. e. Time schedules. f. Weather limitations. g. Manufacturer's recommendations. h. Acceptability of substrates. i. Temporary facilities. j. Space and access limitations. k. Safety. I. Inspecting and testing requirements. m. Protection. 2. Meetings shall be held on-site. Record significant discussions and agreements and disagreements of each conference, and the approved schedule. Distribute the record of the meeting to everyone concerned, including the Owner and the Engineer within two days. 3. Do not proceed with the installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date. 1.5 PROGRESS MEETINGS A. Conduct progress meetings at the Project Site on a weekly basis. The schedule of the meetings shall be established by mutual consent of the Owner, Engineer and Contractor. No changes to said schedule shall be made without mutual consent of Lake Fenwick Park Floating Walkway Replacement Section 0120 00 Project Meetings Page 4 the same parties. Coordinate dates of meetings with preparation of the payment request. B. Attendees: In addition to representatives of the Owner and the Engineer, each subcontractor, supplier, special inspector or other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work. C. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. 1. Contractor's Construction Schedule: Review progress since the last meeting. Distribute Contractor's two week look ahead schedule. Determine where each activity is in relation to the Contractor's Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to insure that current and subsequent activities will be completed within the Contract Time. 2. Review unresolved issues previously discussed or reported. (Old Business). 3. Review the present and future needs (New Business) of each entity present, including, but not limited to, the following: a. Interface requirements. b. Time. C. Sequences. d. Status of submittals. e. Status of Requests for Information e. Deliveries. f. Off-site fabrication or delivery problems. g. Access. h. Site utilization. i. Temporary facilities and services. j. Hours of work. k. Hazards and risks. I. Housekeeping. M. Quality and work standards. n. Status of Field Directives and Change Orders. o. Documentation of information for payment requests. p. Problems from or affecting Occupants. q. Problems from or affecting neighbors. D. Reporting: The Engineer shall, no later than 7 days after each meeting, distribute minutes of the meeting to each party present and to parties who should have been Lake Fenwick Park Floating Walkway Replacement Section 0120 00 Project Meetings Page 5 present. Include a brief summary, in narrative form, of progress since the previous meeting and report. 1. Schedule Updating: Revise the Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule by the next meeting. END OF SECTION 0120 00 Lake Fenwick Park Floating Walkway Replacement Section 0130 00 Submittals Page 1 PART1 GENERAL 1.1 RELATED DOCUMENTS A. Contract Time and Sequence B. Summary of Work C. Application for Payment D. Change Order Procedures E. Project Meetings F, Quality Control G. Products and Substitutions H. Contract Closeout 1.2 REQUIREMENTS A. General Conditions of the Contract govern. Augmented details include but are not limited to the following: 1. Construction Schedules 2. Schedule of Values 3. Shop Drawings, Product Data, and Samples 4. Material Safety Data Sheets (MSDS) 5. List of Subcontractors 6. Manufacturer's Certificates B. List of 24-hour emergency telephone numbers for all trades associated with the project, and a means of contacting job responsible personnel in an emergency. 1.3 CONSTRUCTION SCHEDULES A. Submit an initial Schedule to the Owner and Engineer at the Pre-Construction Meeting. B. Form of Schedule: As approved bythe Owner 1. Activities shall include the purchasing of long lead items, shop drawing review and approval, and other pertinent activities as well as actual construction Lake Fenwick Park Floating Walkway Replacement Section 0130 00 Submittals Page 2 activity. Since payment will be tied to the completion of planned activities, the description to those activities must provide enough detail to allow the Engineer to match the actual work performed with a unique and definite activity on the schedule. 2. For each activity indicate the duration in work days, the trade or subcontractor involved, equipment, location of work, and the dollar value of the activity. 3. The dollar value assigned to each activity shall be reasonable and based on the amount of labor, materials, and equipment involved. When added together the dollar value of all activities shall equal the contract price. 4. The Project critical path shall be clearly identified on the approved form of schedule. C. Scheduling of the work sequence shall be the responsibility of the Contractor and by this provision, the Owner is not deemed to approve the project schedule sequence of work. D. The Contractor shall analyze and reconcile with the Engineer the actual construction progress at the time of each request for payment and the Contractor's monthly application for payments will be judged on the basis of his progress in relation to the dates shown on the schedule. Should the Contractor fail to provide the required schedule prior to the first request,the Owner will withhold payment until such time as the Contractor complies with the requirement. 1.4 SCHEDULE OF VALUES A. Submit typed schedule on form, submit at the pre-construction conference. Contractor's standard form or media-driven printout will be considered on request by the Owner. B. Revise schedule to list Change Orders, for each application for payment, 1.5 SHOP DRAWINGS, PRODUCT DATA AND SAMPLIES A. The Contractual requirements for shop drawings, product data, and samples are specified. Submit one electronic copy in PDF format for Engineer approval. B. Shop Drawings: submit Shop Drawings for fabricated and other work, as required by Specifications and Drawings. Fabricate no work until Shop Drawings have been accepted. 1. Show by whom materials, items, work, and installation are supplied, performed, or installed. Designate every item, material article, and the like, of installations. DO NOT use the expression "by others". Lake Fenwick Park Floating Walkway Replacement Section 0130 00 Submittals Page 3 2. Shop Drawings will not be reviewed without the General Contractor's signed review stamp affixed. It is the General Contractor's responsibility to verify dimensions and verify the number of each item required to complete the Work. 3. If Shop Drawings show variations from Contract requirements because of standard shop practices or other reason, make specific mention of such variations in your transmittal. a. If indicated departures affect a correlated function, item, article, work, installation or construction of other trades, make note of it in your transmittal. If extra cost is involved in related changes, you assume all such costs. C. Product Data: submit one (1) electronic copy in PDF format unless otherwise requested. Mark each copy to identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the Work. Include manufacturers' installation instructions when required by the Specification section. D. MSDS: For each and any chemical which is known to be present in the workplace, submit Materials Safety Data sheets (MSDS). 1. Attach to each copy of product data above and submit one extra copy for Engineer's use. 2. Copies submitted to Engineer are for Engineer's information and use and will not be reviewed for completeness or appropriateness on project site. E. Samples: 1. Submit full range of manufacturer's colors, textures, and patterns for Engineer's selection prior to ordering. 2. Samples are required to illustrate product's functional characteristics with integral parts and attachment devices. Coordinate submittal of different categories for interfacing work. 3. Include identification on each sample, giving full information. 4. Provide field finishes at Project as required by individual specification section. Install sample complete and finished.Acceptable finishes in place may be retained in completed Work. 1.6 LIST OF PROPOSED SUBCONTRACTORS A. Submit for Engineer's approval, at the pre-construction meeting, a list of proposed subcontractors and suppliers who shall install, or furnish and install work in the Project. Lake Fenwick Park Floating Walkway Replacement Section 0130 00 Submittals Page 4 1.7 PREVAILING WAGES A. All submittals to comply with the General Conditions and State of Washington wage laws and regulations. 1.8 WARRANTIES A. Submit upon completion of the project Warranties specified. 1.9 ENGINEER'S REVIEW RESPONSIBILITIES A. Engineer shall review only for general conformance and compliance with Project design concept and Contract Documents. Any action shown is subject to Contract Document requirements. Contractor responsible for dimensions (confirm and correlate at job site);fabrication processes; construction techniques; quantities, space requirements, coordination of work with that of all other trades; union jurisdiction, infringements of patent rights, possible cause of injury to persons or property; satisfactory performance of the Work, and the like. B, Engineer's review of separate items does not constitute review of assembly in which it functions. END OF SECTION 0130 00 Lake Fenwick Park Floating Walkway Replacement Section 013110 Schedules&Reports Page 1 PART1 GENERAL 1.1 RELATED DOCUMENTS A, Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for schedules and reports required for proper performance of the Work, including: 1. Contractor's construction schedule. 2. Two week look ahead bar chart schedules. 3. Daily construction reports. 4. Field correction reports. 5. Special reports. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Applications for Payment" specifies requirements for submittal of the Schedule of Values. 2. Division 1 Section "Project Meetings" specifies requirements for submittal and distribution of meeting and conference minutes. 3. Division 1 Section "Quality Control" specifies requirements for submittal of inspection and test reports. 4. Division 1 Section "Materials and Equipment" specifies requirements for submittal of the list of products. 1.3 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of schedules and reports with performance of other construction activities; all sub-contractors; suppliers and fabricators; the Owner and Engineer. 1.4 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Schedule: Submit four copies of a schedule within 15 days of the Notice to Proceed to the Engineer. For ease of analysis, computer color coded and color printed schedules are preferred. 1. Provide a separate time bar for each significant construction activity. As a minimum, follow the Table of Contents of the Project Manual (this Lake Fenwick Park Floating Walkway Replacement Section 013110 Schedules&Reports Page 2 specification book)and further subdivide as necessary to properly track all significant work activity. Use the specification Section numbers and Titles as a standard. 2. Provide a continuous vertical line to identifythe first working day of each week. 3. Prepare the schedule on a sheet, or series of sheets, of sufficient width to show data for the entire construction period. Minimum size shall be as necessary to produce an easily legible document. 4. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on schedule with other construction activities. Include minor elements involved in the overall sequence of the Work. Show each activity in proper sequence. Indicate graphically the sequences necessary for completion of related portions of the Work. 5. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Engineer's administrative procedures necessary for certification of Substantial Completion. 6. No Application for Payment will be reviewed nor payment made, beyond the initial mobilization payment, if the complete Schedule has not been submitted and approved or is not up to date. The complete schedule must be reviewed and approved in writing by the Owner and Engineer before becoming part of the Contract. The approved Schedule will be a tool for the Engineer and Owner to evaluate project progress, allocate funds and assess the reasonableness of Application for Payment amounts and Owner's disbursements related thereto. B. Work Stages: Use crosshatched bars or other acceptable highlighting to indicate important stages of construction for each major portion of the Work. C. Distribution: Following response to the initial submittal, print and distribute four copies to the Engineer. Provide copies to subcontractors and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. When revisions are made, distribute in the same numbers to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. D. Schedule Updating: Revise the schedule after each meeting, event, or activity where revisions have been recognized or made and where mutually agreed upon by the Owner and Engineers. Issue the updated schedule within seven days of the agreement for the revisions. Lake Fenwick Park Floating Walkway Replacement Section 013110 Schedules&Reports Page 3 1. If the overall schedule falls more than one week behind schedule the Contractor shall immediately prepare a written explanation of the delay and proposed course of action, including specifics of manpower, scheduling, use of premium time, etc. to bring the project back onto the original schedule or a new schedule that reaches the same date of Substantial Completion. 2. Revised schedules shall show actual start/stop/completion dates overlaid with original planned dates. 1.5 TWO WEEK LOOK AHEAD SCHEDULE A. Each week the Contractor shall prepare and present a bar chart type schedule showing the planned activities for the next two weeks. The time bars shall be coordinated with the activities list. Unless otherwise directed by the Owner, this schedule shall be presented at the weekly meeting by the Contractor. 1. Provide four copies to the Engineer at the time of the weekly Progress Meeting. 2. Format shall be 11" by 17" or larger as necessary to be easily legible. If hand drawn, all graphics and text shall be clear to all recipients. 1.6 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at the site. Submit duplicate copies to the Engineer and the Owner, or the Owner's Clerk of the Works if the Owner so designates, at weekly intervals: 1. List of subcontractors at the site. 2. Count of personnel at the site by trade and man-hours per day. 3. Actual work accomplished broken down by trade. 4. General weather conditions. 5. Accidents. G. Meetings and significant decisions. 7. Unusual events (refer to special reports). 8. Stoppages, delays, shortages, and losses. 9. Inspections and tests performed and their results, if known. 10. Orders and requests of governing authorities. 11. Services connected, disconnected. PART2 PRODUCTS—NOT USED PART 3 EXECUTION —NOT USED END OF SECTION 01 31 10 Lake Fenwick Park Floating Walkway Replacement Section 0134 00 Shop Drawings Page 4 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submittal of Shop Drawings, Product Data and Samples, as required in the technical specifications. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include, but are not limited to, the following: 1. Permits. 2. Applications for payment. 3. Performance and payment bonds. 4. Insurance certificates. 5. Listing of subcontractors. C. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Coordination" specifies requirements governing preparation and submittal of required Coordination Drawings. 2. Division 1 Section "Schedules and Reports" specifies requirements for submittal of required schedules and reports, including the Submittal Schedule, 3. Division 1 Section "Quality Control" specifies requirements for submittal of inspection and test reports and the erection of mockups. 4. Division 1 Section "Project Closeout" specifies requirements for submittal of Project Record Documents, including copies of final Shop Drawings, at project closeout. 1.3 DEFINITIONS A. Coordination Drawings show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or to function as intended. Lake Fenwick Park Floating Walkway Replacement Section 013400 Shop Drawings Page 5 1.4 SUBM ITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal to the Engineer sufficiently in advance of scheduled performance of related construction activities to allow for review, re-submittals and avoid delay. B. Processing Time: To avoid the need to delay installation as a result of the time required to process submittals, allow sufficient time for submittal review, including time for re-submittals. Allow 14 days for the initial review of each submittal when only the Engineer must review. Allow additional time if the Engineer must delay processing to permit coordination with subsequent submittals. The Engineer will advise the Contractor when a submittal being processed must be delayed for coordination. No extension of Contract Time will be authorized due to delays caused by the Contractor's failure to transmit submittals to the Engineer sufficiently in advance of the Work to permit timely processing. Deficiencies in the submittals and any delays related thereto are solely the responsibility of the Contractor. The Owner and Engineer make no guarantee for turnaround time when submittals involve the input, review or other action by the authority having jurisdiction or other entities and agencies over which the Owner has no control or authority. C. Submittal Preparation: Place a permanent label or title block on each submittal for identification. 1. Indicate name, address, telephone number, fax number and responsible contact person of the firm or entity that prepared each submittal on the label or title block. 2. Provide a dedicated space approximately 4 by 5 inches (100 by 125 mm) on the label or beside the title block to record the review markings and the action taken by the Engineer. 3. Include the following information on the label for processing and recording action taken. a. Project name. b. Original date. c. Name and telephone number of the supplier. d. Name and telephone number of the manufacturer. e. Number and title of appropriate Specification Section. f. Drawing number and detail references, as appropriate. Lake Fenwick Park Floating Walkway Replacement Section 0134 00 Shop Drawings Page 6 D. Submittal Transmittal: Package each submittal appropriately fort ransmittaI and handling. Transmit each submittal from the Contractor to the Engineer and to other destinations by use of a copy of the transmittal form included at the end of this section. The Engineer will return without comment or action submittals received from sources other than the Contractor or submittals that do not have the Contractor's stamp of review for conformance to the Contract Documents. 1.5 SHOP DRAWINGS A. Submit newly prepared information, drawn accurately to scale. Do not reproduce Contract Documents or copy standard printed information as the basis of Shop Drawings. 1. Include the following information on Shop Drawings: a. Dimensions. b. Identification of products and materials included and their finishes. c. Notation of dimensions established by field measurement. 2. Highlight, encircle, or otherwise indicate deviations from the Contract Documents on the Shop Drawings. 3. Do not allow Shop Drawing copies that do not contain an appropriate final stamp or other marking indicating the action taken by the Engineer to be used in construction. 1.6 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Mark each copy to show which choices and options are applicable to the Project. 1. Where Product Data includes information on several similar products, some of which are not required for use on the Project, mark copies clearly to indicate which products are applicable. Product Data submitted with multiple product Lake Fenwick Park Floating Walkway Replacement Section 0134 00 Shop Drawings Page 7 information and not clearly marked as too which is the submitted product will be returned without action. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed and the submittal is so stamped by the Contractor's with notation of review for conformance to the Contract Documents. B. Submittals: Submit 6 copies of each required Product Data submittal. Submit additional copies as required for maintenance manuals or extra distribution. The Engineer, Owner and each relevant consultant will retain a copy each. The remainder will be returned marked with the action taken and corrections or modifications required. 1. Unless the Engineer observes noncompliance with provisions of the Contract Documents,the submittal may serve as the final submittal. 2. Where product data sheet(s) do not have a 4 by 5 inch clear space for Engineer stamp and review comments, provide a staple attached clean white sheet of paper for this purpose. Such sheet shall have the typed or neatly hand printed name of the product and the specification section to which it is relevant. 1.7 ENGINEER'S ACTION A. Except for submittals for the record or for information, where action and return of submittals is required, the Engineer will review each submittal, mark to indicate the action taken, and return. Compliance with specified characteristics is the Contractor's responsibility and not considered part of the Engineer's review and indication of action taken. B. Action Stamp: The Engineer will stamp each submittal with a uniform, action stamp. The Engineer will mark the stamp appropriately to indicate the action taken, as follows: 1. Final Unrestricted Release: Where submittals are marked "No Exception Taken," the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final acceptance will depend on that compliance. 2. Final-but-Restricted Release: When submittals are marked "See Consultant Comments" or "Note Markings on Drawing/Resubmission Not Required", the Work covered by the submittal may proceed provided it complies with both the Engineers notations or corrections on the submittal and requirements of the Contract Documents. Final acceptance will depend on that compliance. 3. Returned for Resubmittal: When submittal is marked "Revise and Resubmit," do not proceed with the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal Lake Fenwick Park Floating Walkway Replacement Section 0134 00 Shop Drawings Page 8 according to the Engineer's notations. Resubmit without delay. Repeat if necessary to obtain a different action mark. Do not permit submittals marked "Revise and Resubmit" to be used at the Project Site or elsewhere where construction is in progress. 4. Rejected: When submittal is marked "Rejected," do not proceed with the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Do not revise this submittal as it is substantively unacceptable for the intended purpose or is otherwise out of conformance with Contract Documents. Prepare a new submittal according to the Engineer's notations and in conformance with the Contract Documents. Provide an appropriate and correct submittal without delay. Do not permit submittals marked "Rejected" to be used at the Project Site or elsewhere where construction is in progress. 5. Other Action: Where a submittal is primarily for information or record purposes or for special processing or other contractor activity, the submittal will be returned, marked "Action Not Required." END OF SECTION 01 3400 Lake Fenwick Park Floating Walkway Replacement Section 014000 Quality Control Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality- control services. B. Quality-control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Engineer. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified inspections, tests, and related actions do not limit Contractor's quality-control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for Contractor to provide quality-control services required by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this Section. E. Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Cutting and Patching" specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 1.3 RESPONSIBILITIES A. Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, Contractor shall provide inspections, tests, and other Lake Fenwick Park Floating Walkway Replacement Section 0140 00 Quality Control Page 2 quality-control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. 1. Where individual Sections specifically indicate that certain inspections, tests, and other quality-control services are the Owner's responsibility, the Owner will employ and pay a qualified independent testing agency to perform those services. 2. The Owner reserves the right to employ independent inspectors and observers for any and all aspects of the Work. These inspectors and observers may be assigned or reassigned at any time during the Project. Items of the Work frequently subject to Owner's special inspection include, but are not limited to: a. Earthwork&Soil Compaction b. Imported Granular Materials c. Asphaltic Concrete Paving d. Concrete and Reinforcing Steel (Site & pre-cast shop, if any) B. Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other quality-control services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor's responsibility. 1. The cost and time of retesting construction, revised or replaced by the Contractor, is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements. C. Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, but are not limited to, the following: 1. Provide access to the Work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for protective storage and curing of test samples. S. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. 7. Provide security and protection of samples and test equipment at the Project Site. Lake Fenwick Park Floating Walkway Replacement Section 014000 Quality Control Page 3 D. Duties of the Testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections shall cooperate with the Engineer and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. 1. The agency shall perform whatever inspections, tests and sampling is necessary to reasonably ensure that the Work is in conformance with the Contract Documents, industry standards and requirements of the authority having jurisdiction, whichever is the most stringent. Inspection and testing methods shall be of the highest quality in conformance with appropriate recognized standards such as those published by ACI, ASTM, ANSI, ICBO, etc.; as specified in the technical Sections of this manual and as required by the authority having jurisdiction. 2. The agency shall notify the Engineer and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. Notification shall consist of direct verbal conversation in person or by telephone within one hour of detection of the deficiency. Copies of draft field notes shall be left at the site with the Contractor and the Clerk of the Works, if any. Copies of the same shall be faxed to the Engineer within two hours. A more formal typewritten and neatly printed report shall be delivered or faxed to all parties noted above within 48 hours. A final fully reviewed and edited report shall be delivered to all parties within five working days. 3. The agency is not authorized to release, revoke, alter, or enlarge requirements of the Contract Documents or approve or accept any portion of the Work. 4. The agency shall not perform any duties of the Contractor. E, Coordination: Coordinate the sequence of activities to accommodate required services with a minimum of delay. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. 1. The Contractor is responsible for scheduling times for inspections, tests, taking samples, and similar activities. F, Notification: The Contract is responsible for scheduling times for all inspections, tests, taking samples and similar activities. 1. Notify Owner's Representative at least 48 hours in advance before inspection will be required. 2. Notify testing laboratory sufficiently in advance of operations (not less than 48 hours) to allow for laboratory assignment of personnel and scheduling of tests. 3. Contractor shall be responsible for costs incurred when testing agency is notified for services but work is not ready or complete for inspection, testing, taking samples, and /or similar activities. Lake Fenwick Park Floating Walkway Replacement Section 014000 Quality Control Page 4 1.4 SUBMITTALS A. Unless the Contractor is responsible for this service, the independent testing agency shall submit a certified written report, in duplicate, of each inspection, test, or similar service to the Engineer with copies to the Owner and Contractor. If the Contractor is responsible for the service, submit a certified written report, in duplicate, of each inspection, test, or similar service through the Contractor. 1, Submit additional copies of each written report directly to the governing authority, when the authority so directs. 2. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: a. Date of issue. b. Project title, address and number. c. Name, address, and telephone number of testing agency. d. Dates and locations of samples and tests or inspections. e. Names of individuals making the inspection or test. f. Designation of the Work and test method. g. Identification of product and Specification Section. h. Complete inspection or test data. i. Test results and an interpretation of test results. j. Ambient conditions at the time of sample taking and testing. k. Comments or professional opinion on whether inspected or tested Work complies with Contract Document requirements. I. Name and signature of laboratory inspector. m. Recommendations on retesting. 1.5 QUALITY ASSURANCE A. Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are pre-qualified as complying with the American Council of Independent Laboratories'"Recommended Requirements for Independent Laboratory Qualification" and that specialize in the types of inspections and tests to be performed. 1. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the jurisdiction where the Project is located. PART 2 PRODUCTS—NOT USED Lake Fenwick Park Floating Walkway Replacement Section 014000 Quality Control Page 5 PART 3 EXECUTION 3.1 REPAIR AND PROTECTION A. General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality-control service activities, and protect repaired construction. C. Repair and protection is Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing, or similar services. END OF SECTION 0140 00 Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 1 PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY—OWNER FURNISHED UTILITIES A. Owner shall make available and pay for the following utilities: 1. Water service and distribution 2. Storm sewer. B. Contractor shall be responsible for connection and or extension of utilities to the project work area. 1.3 SUMMARY—CONTRACTOR FURNISHED UTILITIES This Section includes requirements for construction facilities and temporary controls, including temporary utilities, support facilities, and security and protection. Contractor shall pay all costs associated with items listed. A. Temporary utilities include, but are not limited to, the following: 1. Telephone, internet and facsimile service. 2. Temporary Power 3. Sanitary facilities and services, including drinking water. B. Support facilities include, but are not limited to, the following: 1. Field offices and storage sheds. 2. Dewatering facilities and drains. 3. Temporary enclosures. 4. Temporary project identification signs. 5. Waste disposal services. 6. Construction aids and miscellaneous services and facilities. C. Security and protection facilities include, but are not limited to, the following: 1. Barricades. 2. Secure enclosure fence for the site or work areas. 3. Landscape protection. 4. Environmental protection. Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 2 1.4 QUALITY ASSURANCE A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to, the following: 1. Building code requirements. 2. Health and safety regulations. 1 Utility company regulations. 4. Police, fire department, and rescue squad rules. 5. Environmental protection regulations including, but not limited to, control of storm water runoff, dust and noise. 6. State and OSHA Safety requirements. B. Standards: Comply with NFPA 241 "Standard for Safeguarding Construction, Alterations, and Demolition Operations," ANSI A10 Series standards for "Safety Requirements for Construction and Demolition," and NECA Electrical Design Library "Temporary Electrical Facilities." 1. Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70 "National Electric Code." C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the Work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire-prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on-site. B. The Contractor shall provide free, safe and unencumbered access on or across the site for personnel, vehicles and equipment authorized to use the site by the Owner but not under Contract of the Contractor. C. The Contractor shall maintain streets and sidewalks around the project site in a clean condition. By means of a regular monitoring and maintenance program of sweeping and hosing, minimize the accumulation of dirt and dust on said areas. j Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 3 D. The Contractor shall protect all adjoining private or municipal property and shall provide barricades, temporary fences and covered walkways to protect the safety of passers-by, as required by prudent construction practice, local building codes, ordinances, other laws or the Contract Documents. E. The Contractor shall, at its sole cost and expense, promptly repair any damage or disturbance to walls, fences, utilities, sidewalks, curbs, landscaping and any other property of third parties (including municipalities) or work already existing resulting from the performance of the Work, whether by it, or by its subcontractors at any tier. The Contractor shall maintain streets in good repair and traversable condition. F. The Contractor shall maintain both new and existing Work, materials and equipment free from injury or damage from rain, wind, storms, dust, or heat at all times. PART 2 PRODUCTS 2.1 MATERIALS A. Water: Provide potable water approved by local health authorities, B. Open-Mesh Fencing: Provide 11 gauge, galvanized 2-inch mesh chain-link fabric fencing minimum 6 feet high. For in ground installation use galvanized steel pipe posts, 1-1/2 inches I.D. for line posts and 2-1/2 inches I.D. for corner posts. Where portable fencing is used, same gage, mesh and height but posts may be as standard for fencing system and shall seat tightly in concrete or other solid foundation blocks designed solely for use with fencing. Fencing shall be securely bolted or chained against unauthorized entry at all section joints and corners. Use of barbed, razor or electrified wire is not allowed. 2.2 EQUIPMENT A. General: Provide new equipment. If acceptable to the Engineer, the Contractor may use undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. B. Water: Provide water service as required by the work including all piping, trenching/ backfilling, valves, pressure reducing stations, taps and hose bibs. Provide water for both drinking and construction use. C. Electricity: Obtain necessary temporary service and transformers from local utility as required to adequately power project for all activities. Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 4 D. Temporary Offices: Provide prefabricated or mobile units or similar job-built construction with lockable entrances, operable windows, and serviceable finishes. F. Temporary Toilet Units: Provide self-contained, single-occupant toilet units of the chemical or aerated recirculation type. Provide units properly vented and fully enclosed with a glass-fiber-reinforced polyester shell or similar nonabsorbent material. Units to have privacy locks and to not have other types of locks that might allow personnel to be locked in. F. Fire Extinguishers: Provide hand-carried, portable, UL-rated, Class Afire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL-rated, Class ABC, dry-chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. PART 3 EXECUTION 3.1 INSTALLATION A. Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve the Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B, Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage the appropriate local utility company to install temporary service or connect to existing service. Where company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with company recommendations. 1. Arrange with company and existing users for a time when service can be interrupted, if necessary, to make connections fortemporary services. 2. Provide adequate capacity at each stage of construction. Priorto temporary utility availability, provide trucked-in services. 3. Obtain easements to bring temporary utilities to the site where the Owner's easements cannot be used for that purpose. 4. Use Charges: Cost or use charges for temporary facilities are chargeable to the Owner as indicated. Cost or use charges for temporary facilities are not chargeable to the Engineer. Neither the Owner nor Engineer will accept cost or use charges as a basis of claims for Change Orders. Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 5 B. Temporary Communications Devices: Provide temporary telephone, answering machine, and facsimile service throughout the construction period for all personnel engaged in construction activities. 1. Post a list of important telephone numbers including emergency numbers. 2. Cellular telephone: The Project Superintendent(s) shall be provided with a mobile telephone to be operational and on his/ her person at all times during the Work. The number of this device shall be given to the Owner, Engineer and, if the site is Owner occupied, the Principal. C. Sanitary facilities: Include temporary toilets and drinking-water fixtures. Comply with regulations and health codes for the type, number, location, operation, and maintenance of fixtures and facilities. Use of permanent facilities existing or provided under this contract is not permitted unless explicitly noted. 1. Provide toilet tissue, paper cups, and similar disposable materials for each facility. Provide covered waste containers for used material. 2. Provide safety showers, eyewash fountains, and similar facilities for convenience, safety, and sanitation of personnel where materials being handled or governing regulations and health codes require. D„ Drinking-Water Facilities: Provide containerized,tap-dispenser, bottled-water drinking-water units, including paper supply. E. Filter site runoff and employ further purification as required by local jurisdiction prior to discharging into storm drainage system. Provide drainage ditches, erosion control, pumping and similar facilities as required by local jurisdiction and as required to prevent all uncontrolled or unacceptable run-off from reaching neighboring properties, drainage ways, streams, rivers, ponds, lakes or other wetlands, Owner occupied portions of the site or public right of ways. 1. Filter out soil, construction debris, chemicals, oils, and all contaminants that might clog sewers, drainage ways or pollute waterways or soils, before discharge. 2. Maintain temporary storm sewers and drainage facilities in a clean, sanitary and fully functioning condition. Following use, restore to clean fully functioning conditions promptly. Assign responsible personnel and monitor facilities during storms and similar events to ensure full function of facilities and protections noted above. This monitoring shall take place around the clock and over weekends and holidays as events warrant. Damage to neighboring properties, waterways, public right of ways, the Owner's property or the Work of this Contract due to failure to monitor or maintain shall be Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 6 solely the responsibility of the Contractor. Damage shall be repaired to original or better condition and all fines/ penalties paid promptly. 3. Provide and maintain any temporary erosion and sedimentation control measures required by the local jurisdiction and the Contract Documents and any additional measures prudent to prevent uncontrolled or unacceptable storm water runoff from leaving the property. F. Provide earthen embankments, solid covers and similar barriers in and around excavations and subgrade construction, sufficient to prevent flooding by rain or runoff of storm water and any additional measures prudent to allow maximally productive pursuit of the Work. Provide flashing marker lights, barricades, solid covers and other devices as necessary to keep workers or passersby from falling in excavations or tripping/falling over hazards. 3.3 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds, and othertemporary construction and support facilities for easy access. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion, if possible. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, where conditions acceptable to the Owner can be met. B. Provide incombustible construction for offices, shops, and sheds located within the construction area or within 30 feet (9 m) of building or property lines. Comply with requirements of NFPA 241. C. Dewatering Facilities and Drains: For temporary drainage and dewatering facilities and operations not directly associated with construction activities included under individual Sections, comply with dewatering requirements of applicable Division 2 Sections. Where feasible, utilize the same facilities. Maintain the site, excavations, and construction free of water. D, Collection and Disposal of Waste: Collect waste from construction areas and elsewhere daily. Comply with requirements of NFPA 241 for removal of combustible waste material and debris. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 deg F (27 deg C). Handle hazardous, dangerous, or unsanitary waste materials separatelyfrom other waste by containerizing properly. Dispose of material lawfully. Lake Fenwick Park Floating Walkway Replacement Section 0150 00 I Construction Facilities Page 7 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Do not changeover from use of temporary security and protection facilities to permanent facilities until Substantial Completion, or longer, as requested by the Engineer. B. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for erection of structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights. C. Enclosure Fence: Before starting Work, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs, and other animals from easily entering the site, except by the entrance gates. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks shall be immediately changed. 1. Where projects are phased or otherwise have multiple stages, steps or where Owner occupancy will change over the course of a project, presume that fencing will have to be reconfigured accordingly as many times as necessary to safely and securely accommodate such phases, stages and changes. 2. At no time shall fencing be allowed to become a safety hazard to anyone or be unsecured/ unmaintained so that it does not afford reasonable security protection. D. Security Enclosure and Lockup: Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. 1. Storage: Where materials and equipment must be stored, and are of value or attractive for theft or usable for vandalism, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks shall be immediately changed. E. Landscape Protection: Protect existing trees, shrubs and lawns within and adjacent to the area of the Work where not scheduled for demolition or replacement. Where minor limb or root pruning is necessary to avoid interference with construction, employ a certified tree surgeon recognized by the International Society of Arboriculture or the National Arborist Association. Any pruning shall be Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 8 approved by the Engineer and the Owner's grounds maintenance staff prior to executing the Work. 1. If necessary and feasible, trees and shrubs may be removed, protected and maintained during the Work and reinstalled just prior to Substantial Completion. Trees and shrubs shall be moved by, or the moving supervised by, a licensed landscape contractor. Where type or size of trees and shrubs will not allow such handling, protect by means of substantial barriers that will allow organism to live but will keep people, construction operations, equipment and storage at a safe distance, especially off of the root structure - outside the drip line. Barriers shall be erected well outside the drip line. Consult with the Engineer and the Owner's grounds maintenance staff prior to executing the Work. Similar barriers shall be erected around all moved plant material. Provision shall be made for the proper care and maintenance of all plant material during construction. F. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise-making tools and equipment to hours that will minimize complaints from persons or firms near the site. 1. Obey City of Kent Noise Control Ordinances. These ordinances shall be obeyed or where violation may be necessary for specific and justifiable reasons, the appropriate official within the jurisdiction shall be duly notified in writing well in advance of the planned occurrence. Generally, anytime during the Project where noise producing work is anticipated outside of the hours of 8:00 AM to 6:00 PM weekdays, the Contractor shall coordinate his operations with the agency responsible for enforcement of the local Noise Control Ordinance. Reschedule work where possible. If rescheduling is not possible, provide mitigation by employing noise barriers or other acoustical control where feasible. 2. The City of Kent may have Nuisance Ordinances or similar. These ordinances shall be obeyed. These ordinances cover such concerns as dust, foul smells and other nuisances to the general population. The Contractor shall coordinate his operations with the agency responsible for enforcement of such local ordinances. Provide water, water trucks, sprinklers, hoses, piping and related materials and equipment and all other requirements as needed to control dust. 3. The City of Kent places great value on the relationship between itself and the citizens it serves. Good neighbor relations are critically important to public facilities, particularly parks as they foster a strong sense of community and Lake Fenwick Park Floating Walkway Replacement Section 0150 00 Construction Facilities Page 9 encourage citizen participation in facility development. The Contractor shall do everything within its power to avoid in anyway jeopardizing the Owner's relationship with the community in general and the Project neighbors specifically. It is suggested the Contractor select a point of contact within its organization to deal with neighborhood public relations for the duration of the Project. 3.5 OPERATION,TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse. R. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures, winds, snow loads, rain, storm water run-off, theft, vandalism, earthquake and similar elements. C. Termination and Removal: Unless the Engineer requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the Contractor's property. The Owner reserves the right to take possession of project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. Remove materials contaminated with road oil, asphalt and other chemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, landscaping and sidewalks at the temporary entrances, as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities used during the construction period. END OF SECTION 0150 00 Lake Fenwick Park Floating Walkway Replacement Section 0163 10 Product Substitutions Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract. B. The Contractor's Construction Schedule and the Schedule of Submittals are included under Section "Schedules and Reports" C. Standards: Refer to Section "Definitions and Standards" for applicability of industry standards to products specified. 1.3 DEFINITIONS A. Definitions used in this Article are not intended to change or modify the meaning of other terms used in the Contract Documents. B, Substitutions: Requests for changes in products, materials, equipment, and methods of construction required by Contract Documents proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Revisions to Contract Documents requested by the Owner or Engineer. 2. Specified options of products and construction methods included in Contract Documents. 3. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.4 SUBMITTALS A. Substitution Request Submittal during Bidding: Due to the short-duration Bid Period, Substitution Requests will not be considered during the Bid except as noted in technical specifications sections. B. Substitution Request Submittal after Award of Contract: Requests for substitution may be considered or rejected at the discretion of the Owner. Lake Fenwick Park Floating Walkway Replacement Section 0163 10 Product Substitutions Page 2 1. Submit 3 copies of each request for substitution for consideration. Submit requests with procedures required for Change Order proposals. 2. Identify the product, or the fabrication or installation method to be replaced in each request. Include related Specification Section and Drawing numbers. Provide complete documentation showing compliance with the requirements for substitutions, and the following information, as appropriate: a. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. b. Samples, where applicable or requested. c. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. 3. Engineer's Action: Within one week of receipt of the request for substitution, the Engineer will request any additional information or documentation necessary for evaluation of the request. Within 2 weeks of receipt of the request, or one week of receipt of the additional information or documentation, whichever is later,the Engineer will notify the Contractor of acceptance or rejection of the proposed substitution. If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. Acceptance will be in the form of a Change Order. PART2 PRODUCTS 2.1 SUBSTITUTIONS A. Conditions: The Contractor's substitution request will be received and considered by the Engineer when the substitution is in the best interests of the Owner, as determined by the Owner, and when one or more of the following conditions are satisfied, as determined by the Engineer; otherwise requests will be returned without action except to record noncompliance with these requirements. 1. Proposed changes must be in keeping with the general intent of Contract Documents. 2. The request must be timely, fully documented and properly submitted. 3. Extensive revisions to Contract Documents must not be required. 4. The request is directly related to an "or equal" or similar clause or similar language in the Contract Documents. 5. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. Written documentation of such unavailability and the cause shall be provided on the original manufacturers, Lake Fenwick Park Floating Walkway Replacement Section 0163 10 Product Substitutions Page 3 fabricators or supplier's letterhead with a signature and contact telephone number for the company. Documentation only by the Contractor, sub- contractor, local sales representative or distributor is not acceptable. 6. The specified product or method of construction cannot receive necessary approval by a governing authority; meet governing codes, ordinances, laws, utility standards or insurance requirements and the requested substitution can be approved. 7. A substantial advantage is offered the Owner, in terms of cost, time, or other considerations of merit, after deducting offsetting responsibilities the Owner may be required to bear. Additional responsibilities for the Owner may include additional compensation to the Engineer for redesign and evaluation services, increased cost of maintenance or other construction by the Owner or separate Contractors, and similar considerations. 8. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 9. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 10. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provide the required warranty. 11. The manufacturer, fabricator or supplier of the specified product is unable or unwilling to certify or guarantee the performance of specified product/system as specified or the specified product fails UL, ICBO, ASTM or similar standard certification testing required by the specifications. B. The Contractor's submittal and Engineer's acceptance of Shop Drawings, Product Data or Samples that relate to construction activities not complying with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 EXECUTION — NOT USED END OF SECTION 0163 10 Lake Fenwick Park Floating Walkway Replacement Section 0163 20 Substitution Request Form Page 1 SUBSTITUTION REQUEST FORM TO: Reid Middleton, Inc. 728 134th St. SW, Ste 200 Everett,WA 98204 PROJECT NAME: LAKE FENWICK FLOATING WALKWAY REPLACEMENT We hereby submit for consideration, the following product instead of specified item for above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed substitution: Attach complete dimensional information and technical data, including laboratory tests, if applicable. Include complete information on changes to Drawings and Specifications that proposed substitution will require for its proper installation. Submit with request all necessary samples and substantiating data to prove equal quality, performance, and appearance to that specified. Indicate laboratory tests, if applicable. Clearly mark Manufacturer's literature to indicate equality in performance. Indicate differences in quality of materials and construction. Fill in Blanks Below: A. Does the substitution affect dimensions shown on Drawings?: Yes No If yes, clearly indicate changes. B. Will the undersigned pay for change to the building design, including engineering and detailing costs caused by the requested substitution?: Lake Fenwick Park Floating Walkway Replacement Section 0163 20 Substitution Request Form Page 2 C. What affect does substitution have on other trades, other contracts, and contract completion date?: D. What affect does substitution have on applicable code requirements?: E. Difference between proposed substitution and specified item?: F. Manufacturer's guarantees of the proposed and specifieditemsare: Same Different (explain) G. List the names and addresses of 3 similar projects on which product was used, date of installation, and Engineer's name and address: H. What is the approximate delivery time from approval of shop drawings? I. What are differences in maintenance procedures? Lake Fenwick Park Floating Walkway Replacement Section 0163 20 Substitution Request Form Page 3 J. Are spare parts and maintenance available in U.S.A.? Where? (For equipment submittals) K. Cost impact: CERTIFICATION OF EQUAL PERFORMANCE AND ASSUMPTION OF LIABILITY FOR EQUAL PERFORMANCE Undersigned attests function and quality equivalent or superior to specified items. Submitted By: By: Signature Title Date: Firm: Address: Telephone: Signature must be by person having authority to legally bind his/her firm to the above term. _............................................ For Use by Architect: Accepted Accepted as Noted Not Accepted Received Too Late Lake Fenwick Park Floating Walkway Replacement Section 0170 00 Project Closeout Page 1 PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for project closeout, including but not limited to: 1. Inspection procedures. 2. Project record document submittal. 3. Operating and maintenance manual submittal, 4. Submittal of warranties. 5. Final cleaning. B, Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the fallowing. List exceptions in the request. Request shall be in writing to the Engineer. See also Section 0102 70. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, reasons the Work is not complete and schedule for completion of remaining Work. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities; include occupancy permits, operating certificates and similar releases. 5. Submit Project Record Documents; Operations and Maintenance (O&M) Manuals, data system tests/certifications and similar final record information. Lake Fenwick Park Floating Walkway Replacement Section 0170 00 Project Closeout Page 2 6. Deliver tools, spare parts, extra stack, and similar items and obtain signed receipt for each from authorized Owner's representative. Items turned over without signed receipt, if misplaced, must be replaced by the Contractor. 7. Make final changeover to permanent locks and transmit keys and final keying schedule to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Discontinue or change over and remove temporary facilities from the site, along with construction tools, mock-ups, and similar elements. 9. Complete final clean up requirements, including touch-up painting. Touch-up and otherwise repair and restore marred exposed finishes. B. Inspection Procedures: On receipt of a written request for inspection, the Engineer will either proceed with inspection or advise the Contractor of unfilled requirements. The Engineer will prepare the Certificate of Substantial Completion following inspection, or advise the Contractor in writing of construction that must be completed or corrected before the Certificate will be issued. 1. The Engineer will repeat inspection within a reasonable period when requested in writing and assured that the Work has been 100% substantially completed. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 3. If the work is not 100% substantially complete after the second request and inspection, all subsequent inspections and related travel and administrative costs will constitute Extra Services of the Engineer. The cost of these will be deducted from the Contractor's Final Payment or retainage by the Owner. 4. If the Work does not achieve Substantial Completion within two weeks of the date originally scheduled to do so, plus any time adjustments by Change Order, the Engineer's time and efforts beyond that period shall constitute Extra Services. The cost of this will be deducted from the Contractor's Final Payment or retainage by the Owner. 5. The 5% punchlist line items in the Schedule of Values will be released on any given line item only when all punchlist items relating to that line item are satisfactorily completed. 1.4 FINALACCEPTANCE A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following and submit to the Engineer, List the exceptions and request for inspection, in writing. See also Section 0102 70. 1, Submit written, signed and notarized statement that "The Contract Documents have been reviewed. The Work described therein has been Lake Fenwick Park Floating Walkway Replacement Section 0170 00 Project Closeout Page 3 inspected by [Insert NAME OF CONTRACTOR] for compliance to the Contract Documents. The Work has been completed in accordance with the Contract Documents." 2. Submit the final payment request with releases of liens from all sub- contractors and supporting documentation not previously submitted and accepted. Furnish an affidavit that payrolls, bills for materials and equipment and any other indebtedness associated with the Work has been paid or otherwise satisfied. Include certificates of insurance for products and completed operations where required. Coordinate with Division 1 section, "Application for Payment". 3. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 4. Submit a certified copy of the Engineer's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and dated by the Engineer. 5. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion, or when the Owner took possession of and responsibility for corresponding elements of the Work. 6. Submit consent of surety to final payment. Include letter from Bonding Company directed to the Owner sating that Surety approves release of Final payment; Surety waives submittal of final receipts from all subcontractors and suppliers and that terms of the Bond will extend for the general warranty period. If Surety is unable to provide the letter with the statements listed, the Contractor shall submit final receipts from each subcontractor and supplier. 7. Submit a final liquidated damages settlement statement. 8. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 9. Submit Certificate of Occupancy if temporary certificate or other exemption acceptable to the Owner delayed such submission at Substantial Completion. 10. Submit Certificate of Inspections for Mechanical and Electrical work. 11. Submit Affidavit of Wages Paid for Contractor and all sub-contractors. 12. Submit Employment Security Release. B. Re-inspection Procedure: The Engineer will re-inspect the Work within a reasonable period after receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Engineer. 1. Upon completion of re-inspection,the Engineer will prepare a certificate of final acceptance, or advise the Contractor in writing of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, re-inspection will be repeated. Lake Fenwick Park Floating Walkway Replacement Section 0170 00 Project Closeout Page 4 1 If the work is not 100%complete after the second request and inspection, all subsequent inspections and related travel and administrative costs will constitute Extra Services of the Engineer. The cost of these will be deducted from the Contractor's Final Payment or retainage by the Owner. 4. If the Work does not achieve Final Completion within 30 days of the Substantial Completion date, the Engineer's time and efforts beyond that period shall constitute Extra Services. The cost of this will be deducted from the Contractor's Final Payment or retainage by the Owner. PART 2 PRODUCTS— NOT USED PART 3 EXECUTION 3.1 CLOSEOUT PROCEDURES A. Operating and Maintenance Instructions: Arrange for each installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. If installers are not experienced in procedures, provide instruction by manufacturer's representatives. Include a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Identification systems. 6. Control sequences. 7. Hazards. 8. Cleaning. 9. Warranties and bonds. 10. Maintenance agreements and similar continuing commitments. 13. As part of instruction for operating equipment, demonstrate the fallowing procedures: 1. Start-up. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. Lake Fenwick Park Floating Walkway Replacement Section 0170 00 Project Closeout Page 5 8. Routine cleaning, maintenance and repair techniques for faults correctable by Owner's personnel without voiding the warranty. END OF SECTION 0170 00 Lake Fenwick Park Floating Walkway Replacement Section 017100 Final Cleaning Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for final cleaning at Substantial Completion. 1. Special cleaning requirements for specific elements of the Work are included in appropriate Sections of Divisions 2 through 33. B. General Project closeout requirements are included in Section "Project Closeout." C. General cleanup and waste removal requirements are included in Section "Temporary Facilities." D. Environmental Requirements: Conduct cleaning and waste disposal operations in compliance with local laws and ordinances. Comply fully with federal and local environmental and anti-pollution regulations. 1. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. 2. Burning or burying of debris, rubbish or other waste material on the premises is not permitted. 3. Only use products that are environmentally safe and that will not cause or contribute to Indoor Air Quality(IAQ) problems when the facility is occupied. E, Should the Contractor fail in any of its duties described in this Section, the Owner may, at its sole discretion, have the Project cleaned thoroughly to its standards. The Cost of this cleaning shall be deducted from the Contractor's Final Payment or retainage. PART 2 PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by the manufacturer or fabricator of the surface to be cleaned. Do not use cleaning Lake Fenwick Park Floating Walkway Replacement Section 017100 Final Cleaning Page 2 agents that are potentially hazardous to health or property, or that might damage finished surfaces. Pay special attention to easily marred surfaces and reactive metals such as aluminum. PART 3 EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning operations for all trades. Employ professional cleaners for final cleaning. Clean each surface or unit of Work to the condition expected from a first class institutional building cleaning and maintenance program. Comply with manufacturer's instructions. B. Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion for the entire Project or a portion of the Project. 1. Clean the Project site, yard and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste materials, litter and foreign substances. Sweep paved areas broom clean. Remove petro-chemical spills, stains and other foreign deposits. Rake grounds that are neither planted nor paved, to a smooth even-textured surface. 2. Remove tools, construction equipment, machinery and surplus material from the site. 3. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films and similar foreign substances. Pay special attention to corners and other hard to clean areas. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. 4. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics and similar spaces. 5. Broom clean and shop vacuum concrete floors in unoccupied spaces. 6. Remove all visible labels that are not permanent labels and are not related to a products fire, mechanical or electrical rating. 7. Touch-up and otherwise repair and restore marred exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored, or that show evidence of repair or restoration. 8. Wipe surfaces of equipment. Remove excess lubrication, paint, sealant and mortar droppings and all other foreign substances. 9. Use metal detector to locate all metal objects, nails, etc.that may pose a hazard. Sweep all non-hard surface areas that were within or adjacent to any construction area or over which any construction related traffic traveled. Lake Fenwick Park Floating Walkway Replacement Section 017100 Final Cleaning Page 3 10. Leave the Project clean and ready for occupancy. C. Removal of Protection: Unless requested otherwise by the Owner, remove temporary protection and facilities installed during construction to protect previously completed installations during the remainder of the construction period. D. Compliances: Comply with governing regulations and safety standards for cleaning operations. Remove waste materials from the site and dispose of in a lawful manner. E. Where extra materials of value remain after completion of associated construction such materials shall become the Owner's property. At the Owner's direction, relocate these materials on site. END OF SECTION 017100 Lake Fenwick Park Floating Walkway Replacement Section 0172 00 Project Record Documents Page 1 PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements for Project Record Documents. B. Project Record Documents required include: 1. Marked-up copies of Contract Drawings. 2. Marked-up copies of Shop Drawings. 4. Marked-up copies of Specifications,Addenda and Change Orders. 5. Marked-up Product Data submittals. 6. Record Samples. 7. Field records for variable and concealed conditions, 8. Record information on Work that is recorded only schematically. C. Specific record copy requirements that expand requirements of this Section are included in the individual Sections of Divisions 2 through 16. D. General project closeout requirements are included in Section "Project Closeout." E. General requirements for submittal of Record Documents are included in Section "Project Record Documents." F. Maintenance of Documents and Samples: Store record documents and Samples in the field office apart from Contract Documents used for construction and well protected from any damage or degradation. Do not permit Project Record Documents to be used for construction purposes. Maintain record documents in good order, and in a clean, dry, legible condition. Make documents and Samples available at all times for inspection by the Engineer. 1.3 RECORD DRAWINGS A. Mark-up Procedure: During the construction period, maintain a set of blue or black-line white-prints of Contract Drawings and Shop Drawings for Project Record Document purposes. Lake Fenwick Park Floating Walkway Replacement Section 0172 00 Project Record Documents Page 2 1. Mark these Drawings daily when Work is being installed to indicate the actual installation where the installation varies from the installation shown originally. Give particular attention to information on concealed elements which would be difficult to identify or measure and record later. Items required to be marked include but are not limited to: a. Dimensional changes to the Drawings. b. Revisions to details shown on the Drawings. c. Plan locations and depths of underground utilities. d. Revisions to routing of piping and conduits, either vertically or horizontally. e. Revisions to electrical circuitry. f. Actual equipment locations. g. Locations of concealed internal utilities. h. Changes made by Change Order. I. Details not on original Contract Drawings. 2. Mark completely and accurately record prints of Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions. Where Shop Drawings are marked, show cross-reference on Contract Drawings location. 3. Mark record sets with red erasable colored pencil; use other colors to distinguish between changes for different categories of the Work at the same location. 4. Mark important additional information that was either shown schematically or omitted from original Drawings. 5. Note construction change directive numbers, alternate numbers, Change Order numbers and similar identification. 6. Responsibility for Markup: Where feasible, the individual or entity who obtained record data, whether the individual or entity is the installer, subcontractor, or similar entity, is required to prepare the mark-up on record Drawings. Accurately record information in an understandable Drawing technique. Record data as soon as possible after it has been obtained. In the case of concealed installations, record and check the mark-up prior to concealment. 1.4 RECORD SPECIFICATIONS A. During the construction period, maintain one copy of the Project Specifications, including addenda and modifications issued, for Project Record Document purposes. B. Mark the Specifications to indicate the actual installation where the installation varies substantially from that indicated in Specifications and modifications issued. Note related Project Record Drawing information, where applicable. Give particular attention to substitutions, selection of product options, and information Lake Fenwick Park Floating Walkway Replacement Section 0172 00 Project Record Documents Page 3 on concealed installations that would be difficult to identify or measure and record later. C. In each Specification Section where products, materials or units of equipment are specified or scheduled, markthe copy with the proprietary name and model number of the product furnished. D. Record the name of the manufacturer, supplier and installer, and other information necessary to provide a record of selections made and to document coordination with record Product Data submittals and maintenance manuals. E. Note related record Product Data, where applicable. For each principal product specified, indicate whether record Product Data has been submitted in maintenance manual instead of submitted as record Product Data. F. Upon completion of mark-up, submit record Specifications to the Engineer for Owner's records. 1.5 RECORD PRODUCT DATA A. During the construction period, maintain one copy of each Product Data submittal for Project Record Document purposes. 1. Mark Product Data to indicate the actual product installation where the installation varies substantially from that indicated in Product Data submitted. Include significant changes in the product delivered to the site, and changes in manufacturer's instructions and recommendations for installation. 2. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 3. Note related Change Orders and mark-up of record Drawings, where applicable. 4. Upon completion of mark-up, submit a complete set of record Product Data to the Engineerforthe Owner's records. 5. Where record Product Data is required as part of maintenance manuals, submit marked-up Product Data as an insert in the manual, instead of submittal as record Product Data. 1.6 RECORD SAMPLE SUBMITTAL A. Immediately prior to date of Substantial Completion, the Contractor shall meet with the Engineer and, if desired, the Owner's personnel at the site to determine which of the Samples maintained during the construction period shall be transmitted to Owner for record purposes. Comply with the Engineer's instructions for packaging, identification marking, and delivery to Owner's Sample storage Lake Fenwick Park Floating Walkway Replacement Section 0172 00 Project Record Documents Page 4 space. Dispose of other Samples in manner specified for disposal of surplus and waste materials. 1.7 MISCELLANEOUS RECORD SUBMITTALS A. Refer to other Specification Sections for miscellaneous record- keeping requirements and submittals in connection with various construction activities. Immediately prior to Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for use and reference. Submit to the Engineer for the Owner's records. PART 2 PRODUCTS—NOT USED PART 3 EXECUTION 3.1 RECORDING A. Post changes and modifications to the Documents as they occur. Do not wait until the end of the Project. The Engineer will periodically review record documents to assure compliance with this requirement. B. Provide one (1)full size copies of all record drawings to the Engineer. C. Provide 4 copies of all Maintenance and Operations Data, and one electronic version in PDF format. D. Provide all Maintenance and Operations data in Adobe Acrobat version 9.0(.pdf) format in a read/write CD. END OF SECTION 0172 00 Lake Fenwick Park Floating Walkway Replacement Section 017400 Warranties&Bonds Page 1 PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies general administrative and procedural requirements for warranties and bonds required by the Contract Documents, including manufacturer's standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's special warranty of workmanship and materials. 2. General closeout requirements are included in Section "Project Closeout." 3. Specific requirements for warranties for the Work and products and installations that are specified to be warranted are included in the individual Sections of Division 2-33. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents. B. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.3 DEFINITIONS A. Standard Product Warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner. B. Special Warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner. 1.4 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted Work that has failed, remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work. Lake Fenwick Park Floating Walkway Replacement Section 0174 00 Warranties&Bonds Page 2 B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life. D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents. E, The Owner reserves the right to refuse to accept or pay for Work for the Project where a special warranty, certification, or similar commitment is required on such Work or part of the Work, until evidence is presented that entities required to countersign such commitments are willing to do so. 1.5 SUBMITTALS A. Submit written warranties to the Engineer prior to the date certified for Substantial Completion. All warranties shall indicate that they commence upon the date of Final Acceptance of the Work by the Owner's Board of Directors. As this date will not be established upon the warranty submittal, the start date shall read: "The date of Final Acceptance of the Work by the Owner's Board of Directors". The Contractor will be notified of this date when established and it shall be made a matter of unalterable public record, open to all. B. Prepare a written document utilizing the appropriate form, ready for execution by the Contractor, or the Contractor and subcontractor, supplier or manufacturer. Submit a draft to the Owner through the Engineer for approval prior to final execution. Refer to individual Sections of Division 2 for specific content requirements, and particular requirements for submittal of special warranties. Lake Fenwick Park Floating Walkway Replacement Section 0174 00 Warranties&Bonds Page 3 C. Form of Submittal: At least ten days prior to Substantial Completion compile and submit three copies of each required warranty and bond properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. PART 2— PRODUCTS—NOT USED PART 3- EXECUTION 3.1 SCHEDULE OF WARRANTIES A. Schedule: In addition to a general Project warranty, provide warranties and bonds on products and installations as specified in the respective Specification Sections. 3.2 MINIMUM FORMAT AND CONTENT OF WARRANTIES A. The minimum content of all warranties shall include the following or have attached a cover letter including the following: [I, We] [Name of Contractor], hereby certify that [Name of Trade or Portion Of Work warranted] that was installed by [Name of Sub-Contractor] on [Project Name] at [Street Address or other exact location description] is work performed in strict compliance with the Contract Documents. [I, We] further warrant this work to be [watertight,fully operational, other (describe)] and free from defects in materials and workmanship for [warranty period in years] from date of Final Acceptance of the Owner's Board of Directors or, in accordance with the General Conditions of the Contract, for concealed work not visible or apparent upon conducting a reasonable investigation, until the defect is discovered by the Owner in that work, and will repair or replace without delay any defects in material and workmanship discovered within the warranty period. [I, We] acknowledge that failure to proceed with terms of the warranty within ten days of notification, shall allow the Owner to have the defects corrected and that [I, we] and [my, our] surety shall be liable for all expenses incurred by the Owner. [I, We] further acknowledge that in case of emergency where, in the opinion of the Owner or Engineer, delay would cause serious loss or damage or allow a public health or safety risk to exist, repairs may be made without notice being given to [me, us] and [I, we] and [my, our] surety shall remain liable for all expenses incurred. Very truly, [Signature of authorized agent or officer] Lake Fenwick Park Floating Walkway Replacement Section 0174 00 Warranties&Bonds Page 4 [Printed Name][Title] [Name of Contractor, address and telephone number] END OF SECTION 0174 00 III. DIVISIONS 2-33 - TECHNICAL SPECIFICATIONS SECTION 02050 DEMOLITION PART 1 - GENERAL 1.1 WORK INCLUDED A. The location of the "Demolition" work is indicated on the drawings. The work includes the requirements for the removal, wholly or in part, and satisfactory disposal of all structures, pavements, curbs, and other obstructions that are designated to be demolished or salvaged on the drawings or within these specifications. The Contractor shall dispose of all items in accordance with current federal, state, and local regulations and provisions and shall follow all applicable best management practices. B. Demolition, including removal of abutment timbers, shall be considered in-water work and shall be completed in accordance with any in-water work restrictions identified in the permits attached to these specifications. 1.2 RELATED WORK The provisions and intent of the Contract, including the General Conditions, Supplementary Conditions, and General Requirements, apply to this work as if specified in this section. Work related to this section is described in the following section. SECTION 02100 — SITE PREPARATION 1.3 JOB CONDITIONS The Contractor represents that he has visited the site to become familiar with the quantity and character of all materials to be demolished. The Contractor agrees that the premises were made available prior to deadline for submission of bids for whatever inspection and tests the Contractor deemed appropriate. The Contractor assumes full responsibility for the proper disposal of all demolition materials. 1.4 SUBMITTALS The Contractor shall submit for approval a demolition plan with working drawings, safety plan, and schedule. The demolition plan shall demonstrate that the methods and equipment to be used are adequate for the intended purpose and will provide satisfactory results. The demolition plan shall include disposal sites, locations for storage and processing of demolition materials, and means to control and dispose of debris generated by demolition activities. Lake Fenwick Floating Walkway Replacement 02050 - 1 SECTION 02050 DEMOLITION PART 2 - PRODUCTS 2.1 GENERAL Products that are required to accomplish, or to be incorporated into, the work of this section, shall be as selected by the Contractor, subject to the approval of the Owner. All quantities are approximate and the Contractor is responsible for verifying final quantities. All items to be demolished shall become the property of the Contractor who is responsible for disposing of them in a lawful manner. Removed material shall be scrapped, recycled, reused, or disposed of in a landfill approved for each material. 2.2 DEMOLITION ITEMS A. Approximately 4,130 square feet of CCA-treated timber floating walkway, including connecting hardware, rubber tires, floatation foam, and timber abutments to extent indicated in the plans. B. Approximately 360 square feet of CCA-treated timber on pedestrian bridge to extent shown on plans. C. Approximately 2,100 Ibs of steel framing and guardrail on pedestrian bridge. D, Obstructions encountered during demolition or excavation of native material. E, All other items as indicated in the plans but not addressed elsewhere in the specifications. PART 3 — EXECUTION 3.1 GENERAL The Contractor shall obtain all permits required to complete the demolition work and shall pay all related permit and disposal fees at no additional cost to the Owner. 3.2 DEMOLITION OF STRUCTURES The Contractor shall dismantle, float out, remove from the water, cut up, haul away, and dispose of items listed in Section 2.02 and indicated in the drawings. Removed material shall be scrapped, recycled, reused, or disposed of in a landfill approved for each material. Lake Fenwick Floating Walkway Replacement 02050 - 2 SECTION 02050 DEMOLITION 3.3 ENVIRONMENTAL PROTECTIONS The Contractor shall comply with all environmental requirements whether or not they are listed in the permit documents or in the specifications. The permits that have been obtained at this time are available for inspection at the City. Some of the key environmental protections are listed below; however, the Contractor is responsible for referring to the actual permit documents for a complete list of all environmental protection requirements. A. No refueling or maintenance will occur anywhere on the project site except within the staging area. B. Spill prevention and contingency plan shall include measures, such as maintaining equipment in good condition, no maintenance or refueling except at the staging area, and spill response equipment on site during construction. C. Siltation fencing will be placed between the upland construction zone and waterline throughout the duration of project. D. A silt curtain or bulkhead shall be used to separate the water surrounding the abutments during demolition of the existing and construction of the new abutments. END OF SECTION Lake Fenwick Floating Walkway Replacement 02050 - 3 SECTION 02100 SITE PREPARATION PART 1 — GENERAL 1.1 GENERAL A„ In general, all grass, shrub material, and tree roots shall be cut clean, cleared, and grubbed as necessary 5 feet beyond the limits of work, unless noted otherwise. B. Contractor is responsible for removing all limbs and miscellaneous organic matter from the site and disposing of them in accordance with all current federal, state, and local regulations. 1.2 WORK INCLUDED Furnish all labor, materials, equipment, and related items required to complete the work indicated on the drawings and/or as specified in these specifications. The items of work, shall include, but not be limited to the following. A. Removal and disposal of tree roots, shrubs, brush, rubbish, and any other materials. B, The installation, maintenance, and removal of temporary erosion control facilities. 1.3 RELATED WORK The provisions and intent of the Contract, including the General Conditions, Supplementary Conditions, and General Requirements, apply to this work as if specified in this section. Work related to this section is described in the following sections. SECTION 02210 — EARTHWORK SECTION 02050 — DEMOLITION 1.4 UTILITIES Verify location of all utilities before commencement of the work. Remove no utilities, unless indicated on the drawings, specified in the specifications, or directed by Owner. If unexpected conditions arise, stop work and immediately notify Owner. In all phases of the work, the Contractor shall repair any damage the Contractor causes to any existing utilities, at no additional cost to City. 1.5 MONUMENTS Carefully maintain all benchmarks, monuments, and other reference points. If disturbed or destroyed, replace at the Contractor's expense. Lake Fenwick Floating Walkway Replacement 02100 - 1 f SECTION 02100 SITE PREPARATION i 1.6 TREE PROTECTION Protect all trees and other plant material scheduled to remain. Place no materials or debris nor park any equipment, motor driven or otherwise, within the Critical Root Zone, which is defined as the area within a circle that has a radius of 1 foot radius per inch of diameter of the tree that is to remain. The tree is to be measured 4 feet above grade. Contractor shall protect all trees within the project boundaries not scheduled to be removed. Contractor shall place 4-foot-high fencing per plans or similar material acceptable to owner, to be staked into the ground every 10 feet maximum with steel fence posts. Fencing shall be placed at the edge of the Critical Root Zone. Fencing shall be placed prior to any demolition, and shall remain in place until the punchlist is complete, or as directed by Owner. The Contractors shall walk the project site with the Owner during the pre-bid site walk and the Owner will identify which trees need to be protected. 1.7 FAILURE TO PRESERVE TREES If the Contractor damages or destroys a tree, the tree shall be replaced in species, size, and grade with a healthy tree acceptable to the Owner, and the Contractor shall guarantee that the tree shall live for a period of 1 year from Owner's acceptance. In the event that the tree fails to survive for the one-year period, it shall be replaced in species, size, and grade at the Contractor's expense. If the Contractor fails to replace a tree damaged or destroyed as a result of operations, the Contractor shall forfeit $50.00 per square inch of sectional area measured 4 feet above the ground line of the damaged or destroyed tree. The calculated value of the tree, as described above, shall be deducted from the contract amount. It is the Contractor's responsibility to notify the Owner immediately after damage has occurred. If the Contractor is found to have parked any vehicle, stored any materials or otherwise taken any action within any tree's Critical Root Zone that could reasonably have resulted in root compaction, it may be assumed that he has damaged the tree and the Contractor may be liable for financial damages as described above. 1.8 HERBICIDES APPLICATION QUALIFICATION Applications of herbicides are not allowed. 1.9 PROTECTION Provide protective cover and barriers as necessary to prevent damage and staining to all existing site improvements. Contractor shall repair or replace, at the City's discretion, any existing improvements damaged during construction. Lake Fenwick Floating Walkway Replacement 02100 - 2 SECTION 02100 SITE PREPARATION PART 2 MATERIALS 2.01 MATERIALS AND EQUIPMENT As required for work involved. PART 3—EXECUTION 3.1 CLEARING AND GRUBBING OF EXISTING VEGETATION A. Cut cleanly and remove existing vegetation as necessary up to 5 feet beyond the limits of work as indicated on the drawings. B. Haul off site and dispose of all organic debris in such a manner as to meet all federal, state, county, and local regulations. C. All "holes," "pits," or "voids" shall be backflled and compacted to provide a neat appearance with suitable structural base where required by subsequent construction. The Contractor shall NOT be allowed to fill any holes, pits, or voids with organic material, unless directed to do so by the Owner. 3.2 CLEARING AND GRUBBING OF IMPERISHABLE DEBRIS Remove off site all imperishable debris not used in the project, including, but not limited to, rocks, concrete, pipe, and existing construction. 3.3 PROTECTION Protect benchmarks and existing work from damage or displacement. 3.4 TEMPORARY EROSION CONTROL A filter fabric fence for temporary erosion control shall be installed prior to site preparation operations in accordance with City of Kent requirements and the drawings. A. Maintenance 1, Temporary erosion control shall be maintained for the life of the project or until removed by order of the Owner. 2. Temporary erosion control shall be maintained during all suspensions of work and all non-work periods. 3. Temporary erosion control shall be maintained and repaired as needed to assure continued performance of their intended function. 4, Sediments removed during temporary erosion control maintenance shall be placed away from natural and constructed stormwater conveyances Lake Fenwick Floating Walkway Replacement 02100 - 3 SECTION 02100 SITE PREPARATION and shall be permanently stabilized or removed off site. If allowed to remain on site, Owner shall approve of the location of disposition prior to placement. Any material placed on site without the approval of the Owner is subject to removal at the expense of the Contractor. B. Inspection 1, At a minimum, inspect temporary erosion control weekly and after any measurable rain event (0.5 inch or greater). 2. Deficiencies identified during the inspection shall be corrected within 24 hours or as directed by the Owner. 3. Implement additional temporary erosion control and BMPs, if needed, to address site-specific erosion control. 4, Inspect streets surrounding site for dirt tracking. 5. Inspect for dust during dry periods. C. Correction Contractor shall be responsible for correction of damage to all temporary erosion control measures required to comply with all federal, state, regional, and local regulations. These measures include, but are not limited to, repair and replacement of non-performing erosion control fencing, regular cleaning of catch basin inserts, street sweeping, and dust control. 3.5 DISPOSAL A. Remove and dispose of all materials off site at an approved facility in accordance with all federal, state, and local regulations, unless otherwise noted on the drawings. Obtain approval of local governmental authority for off-site disposal sites. B. No on-site burning will be permitted. END OF SECTION Lake Fenwick Floating Walkway Replacement 02100 - 4 SECTION 02210 EARTHWORK PART 1 —GENERAL 1.1 WORK INCLUDED Work includes, but is not limited to, excavation, backfill, and final grading at abutments indicated in the drawings and as required by the Contractor's design. 1.2 RELATED WORK The provisions and intent of the Contract, including the General Conditions, Supplementary Conditions, and General Requirements, apply to this work as if specified in this section. Work related to this section is described in the following section. SECTION 02100 — SITE PREPARATION 1.3 REFERENCES ASTM D 1557 test method for moisture-density relations of soils. ASTM D 2922 test method for in-place density testing of compacted materials. Report by GeoEngineers, dated September 21, 2017, titled Subsurface Exploration Service, Lake Fenwick, Kent, Washington, for City of Kent. See Attachments. 1.4 CONTROL OF WORK A. Owner has provided two control points on the plans for the project. B, Contractor shall establish and stake out any additional control points required for the various parts of the work. B. Maintain all provided control points. If control points are disturbed or destroyed, the Contractor shall replace as required at no cost to the Owner. 1.5 EXISTING SITE TOPOGRAPHY The existing site and bathymetric contours were obtained from a survey of the property in June 2009 by the Owner. The bathymetric contours may have substantial deviation from the contours shown on the drawings. Consult Owner immediately should actual on- site conditions show substantial deviation from the information shown on the drawings. 1.6 EXISTING GRADES It is the Contractor's responsibility to visit the site prior to bidding to ascertain general quantities, soil types, and scope of work required to grade to the proposed grades. 1.7 QUALITY CONTROL All grading shall be accurate to within t 0.1 foot. Lake Fenwick Floating Walkway Replacement 02210 - 2 SECTION 02210 EARTHWORK 1.8 STANDARD SPECIFICATIONS A. All work shall conform to the 2012 edition of the Standard Specifications—as well as Standard Plans—for Road, Bridge, and Municipal Construction, as published by the Washington State Department of Transportation (referred to herein as Standard Spedrications and as Standard Plans, respectively), unless otherwise indicated in these technical specifications. B. The Contractor shall have one copy each of the Standard Specifications and Standard Plans at the job site. C. All work shall conform to the most current edition of the City of Kent Construction Standards. D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections and the measurement and payment sections do not apply to this document. PART 2 — MATERIALS 2.1 MATERIALS A. Import Upland Fill: All imported unspecified fill materials shall be free of all deleterious materials and/or chemicals and conform to Standard Specifications 9-03.14(2) (Select Borrow) unless otherwise specified. B. Quarry Spalls: Quarry spalls shall conform to Standard Specifications 9-13.6 unless otherwise specified. C. Gravel Backfill: Gravel backfll shall conform to Standard Specifications 9-03.12(2) unless otherwise specified. D. ADA Gravel: All ADA Gravel material shall conform to Standard Specifications 9-03.9(3) except that it shall meet the following specifications for grading. Sieve Size Percent Passinq 1/2" 100 3/8" 90-100 _.No. 4 45-66�..._........m............ No. 40 10-25 No. 200 7 max E. Filter fabric: All filter fabric shall conform to Standard Specification 9-33.1 for Permanent Erosion Control, High Survivability Classes A, B, and C. 2.2 EQUIPMENT As required for work involved. Lake Fenwick Floating Walkway Replacement 02210 - 1 SECTION 02210 EARTHWORK PART 3 — EXECUTION 3.1 EXCAVATION Excavate material with conventional earthwork equipment. Existing on site material that is free from all debris, organic materials, and other unsuitable materials and has a water content that allows for required compaction may be utilized on site for backfill behind the new abutments. All other excavated material shall be removed and disposed of offsite at a legal disposal location. Material excavated from the North Bulkhead location shall be disposed of at an approved disposal site that accepts material with the characteristics identified in the Subsurface Exploration Services Report, (See Attachments). Provide documentation from the selected disposal location that they accept materials with the tested characterization prior to removal of material from the site. 3.2 PROOF ROLLING (AREAS TO RECEIVE PAVING) A. Cut Areas: After cutting to finish subgrade elevation, proof-roll or compact all upland areas to expose any unsuitable material. B. Any unsuitable areas identified by the Owner shall be overexcavated to a depth determined by the Owner and the excavated material replaced with import upland fill. Unsuitable material shall be disposed of off site. 3.3 PLACEMENT AND COMPACTION Compact fill at abutments to 90 percent of maximum dry density as determined by ASTM test method D-1557 (Modified Proctor). Overexcavate and provide filter fabric and quarry spalls to provide a firm and unyielding surface if the native material at the abutments is too wet to properly compact. 3.4 APPROVAL Obtain approval for all rough and finish subgrades prior to placement of any crushed surfacing or topsoil. END OF SECTION Lake Fenwick Floating Walkway Replacement 02489 - 7 SECTION 02489 FLOATING WALKWAY and FISHING PIER PART 1 — GENERAL 1.1 WORK INCLUDED The work includes furnishing and installing the floating walkway and fishing pier as indicated in the drawings and as described in these specifications. The work includes furnishing the transportation, labor, equipment, materials, incidentals, and professional design services necessary for the design, layout, fabrication, assembly, transportation, installation, and final leveling of the Floating walkway and fishing pier, including appurtenances as indicated in the drawings. The work also includes engineering submittals and approvals, production quality control and records, and acceptance testing. 1.2 RELATED WORK The provisions and intent of the contract, including the General Conditions, Supplementary Conditions, and General Requirements, apply to this work as if specified in this section. 1.3 REFERENCES All editions of the references listed below shall be the edition referenced in the International Building Code (IBC) as adopted by the City of Kent or the most recent adopted edition, if not referenced in the IBC. American Concrete Institute (ACI) ACI 301 Specifications for Structural Concrete for Buildings ACI304 Guide for Measuring, Mixing, Transporting, and Placing Concrete ACI 305R Hot Weather Concreting ACI 315 Details and Detailing of Concrete Reinforcement ACI 318 Building Code Requirements for Reinforced Concrete ACI 347 Recommended Practices for Concrete Formwork American National Standards Institute (ANSI) Publications B27.2 Plain Washers American Society for Testing and Materials (ASTM) Publications A 153 Zinc-Coating (Hot-Dip) in Iron and Steel Fasteners A 307 Carbon Steel Externally Thread Standard Fasteners A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement A 706 Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement Lake Fenwick Floating Walkway Replacement 02210 - 3 SECTION 02489 FLOATING WALKWAY and FISHING PIER C 150 Specifications for Portland Cement C 260 Air-Entraining Admixtures for Concrete C 494 Specifications for Chemical Admixtures for Concrete D 7568 Polyethylene-Based Structural-Grade Plastic Lumber for Outdoor Applications American Welding Society (AWS) Publications D1.1 Structural Welding Code— Steel D1.2 Structural Welding Code—Aluminum D1.4 Structural Welding Code Reinforcing Steel Concrete Reinforcing Steel Institute (CRSI) CRSI Manual of Standard Practice for Reinforced Concrete Construction Washington State Department of Transportation Standard Specifications National Association of Chain Manufacturers (NACM) 1.4 SUBMITTALS The following submittals shall be provided at least 15 days prior to start of fabrication of the float modules and shall include the following items. 1. Design calculations shall be prepared, stamped, and signed by a professional engineer registered in the State of Washington with a minimum of 3 years of experience designing modular float systems. At a minimum, design calculations shall include estimated weight and balance, freeboard, list and trim under DL and LL, forces, stresses, and demand-to- capacity ratios for all structural elements and connections of the float system under DL plus vertical LL and DL, plus environmental load combinations. 2. References shall include locations of installations, and references for the engineer and the fabricator for past projects showing at least 3 years of consecutive experience designing and fabricating modular float systems similar in nature to those shown in the plans. 3. Float shop drawings shall include connecting details, sizes and locations of floating walkway modules; embedded items; specially designed and fabricated items, such as transition plates and other metal fabrications; any auxiliary floatation; and catalog sheets for all standard manufactured items, such as cleats and rubbing strips that are to be incorporated into the floating walkway systems and methods for attaching accessories, including chain, cleats, and fishing pole holders, etc. Lake Fenwick Floating Walkway Replacement 02489 - 2 SECTION 02489 FLOATING WALKWAY and FISHING PIER 4. Concrete ready0mix design shall indicate material contents per cubic yard of concrete meeting or exceeding the requirements of Section 6-02.3(2)A for Class 4000D concrete or equivalent as described in the Standard Specifications and this specification. 5. Test results shall include tests for compressive strength, yield, air content, and slump of the proposed concrete mix design. 6. Manufacturer's name, address, catalog number, and specifications shall be provided for all admixtures, concrete bonding agents, curing compounds, closed cell EPS foam, HDPE, polyurethane, adhesives, plastic lumber, etc., proposed for use on the work. 7. Mill certificates shall be provided for each heat of steel, indicating specification compliance regarding strength and chemistry of steel to be furnished. 8, Concrete reinforcing steel shop drawings shall show bending diagrams and critical dimensions to ends of bars, including complete information for placing reinforcing and accessories, amount of concrete cover, and a minimum spacing between bars. Do not scale dimensions from drawings or use the drawings for shop drawings. 9. Revised and corrected concrete reinforcing steel shop drawings shall be provided and include the list of the reinforcing steel, and shall be furnished to the Engineer at the fabrication site before the placing of reinforcing steel is started 10. Submit material type, grade, size, and coating for all bolts, lag bolts, screws, and nails. Submit fastener patterns for all connections. 11. Submit calculations of theoretical float weights, the actual float weights, and the size and location of weights and/or floatation added to provide a float system with the required freeboard and levelness criteria. 12. As-built drawings shall be maintained by the Contractor and submitted to the Owner before the Notice of Substantial Completion is given. The drawings shall include the actual outline of the float systems, locations of cleats and fishing rod holders, freeboard at each corner of each float, type and size of wales, splices, auxiliary floatation, anchor location, etc. 1.5 QUALITY ASSURANCE A. The Owner shall be allowed access to all sites where the floating walkway system is being constructed, manufactured, or assembled for the purposes of inspection. Lake Fenwick Floating Walkway Replacement 02489 - 3 SECTION 02489 FLOATING WALKWAY and FISHING PIER B, The Engineer and the floating walkway manufacturer shall be able to show at least 3 years of successful experience fabricating modular float systems similar in nature to those shown in the plans. C. The manufacturing facility shall provide the proper environment and physical conditions necessary for floating walkway fabrication. The facility shall provide adequate workspace, equipment, level casting surfaces, and protection from direct sunlight, wind, moisture, and freezing temperatures. 1.6 WARRANTY Provide a 5-year manufacturer's warranty for the float system and components. The Contractor shall also warranty all work associated with installation of the float system and the remaining components of the floating walkways against defects in materials or workmanship for a period of 5 years from the date of substantial completion of the project. Defects include failure of any work of this section to perform or operate in accordance with the approved design requirements and submittals. 1.7 SITE CONDITIONS A. The Owner's representative or designee shall be allowed access to all sites where materials pertaining to this contract are manufactured or constructed for purposes of inspection to ensure that the floats meet the requirements in this specification. B. Materials delivered and stored at the manufacturing facility, staging area, or jobsite shall be properly stored on dunnage or by other appropriate means to prevent direct contact with the ground and unnecessary damage. PART 2 — PRODUCTS 2.1 FLOATING WALKWAY and FISHING FLOAT SYSTEMS The float systems shall consist of a monolithic float structure or designed to be connected together to act monolithically if it is manufactured from multiple float modules. The float systems are intended to be year-round, all-weather systems that are not removed during the year. A. Concrete float systems shall be monolithic or modular, structurally reinforced concrete with concrete completely encasing the expanded polystyrene core (EPS) foam core on the top, bottom, and both sides. Nominal dimensions shall match the drawings. B. Thru-bolts shall be placed at intervals determined by the design, but no greater than 6 feet on center, in all sectional floatation units. Single or double rows of thru-bolts shall be utilized depending on the calculations. Lake Fenwick Floating Walkway Replacement 02489 - 4 SECTION 02489 FLOATING WALKWAY and FISHING PIER C. Contractor shall insure that all dead loads and live loads are accurately determined and included in buoyancy calculations. These loads shall include all considerations that will affect the final freeboard. Freeboard shall be as indicated in the drawings with a tolerance of t 1 inch. Transverse listing shall be less than 1 inch per 10 feet. D, The float systems shall have nonskid transition plates between the abutment and floats and between each float. E. The floats that are subject to grounding on the lake bottom shall be provided with plastic timber grounding beams under the float as indicated in the drawings. F. The float systems shall be designed for the loads and environmental conditions indicated in the drawings. They shall float at the freeboard and within the cross slope requirements indicated in the drawings and described in this specification. 2.2 REINFORCED CONCRETE FLOAT SYSTEM A. Concrete mix design shall be prepared with the following requirements. 1, Concrete shall have a minimum 28-day compressive strength of 4,000 psi. Floats made of concrete with less than specified strength may be rejected by the Owner. 2. Portland cement shall be either Type I or Type II modified and low alkali. Type III cement may be used if the Tri-Calcium Aluminate of the cement is certified by the manufacturer to be between 5 and 8 percent, and alkali content (Na20) and (K20) is less than 0.6 percent. 3. All concrete shall be air-entrained from 4 to 7 percent and shall be tested in accordance with ASTM C138, C173, or C231. 4, Mix designs may include pozzolans. 5. Water/cement ratio shall not exceed 0.45. 6, Slump range shall be 3 inches to 6 inches when tested in accordance with ASTM C143-78. B. Steel Reinforcement shall meet the following requirements. 1. Top surface, sides, bottom, and internal bulkheads of all concrete floats shall be reinforced per the design calculations, shrinkage, crack control, and minimum steel per ACI 318. Lake Fenwick Floating Walkway Replacement 02489 - 5 SECTION 02489 FLOATING WALKWAY and FISHING PIER 2. Top surface slab of all concrete floats shall contain polypropylene fibrous reinforcement. 3. Galvanized welded wire fabric (WWF) used as concrete reinforcement shall provide a minimum reinforcement ratio as that provided by 2 inches by 2 inches - 14/14 WWF. Welded wire fabric is required in the deck and the bottom sections with a minimum of a 2-inch return to the sides and ends. Where splicing occurs, the overlap will be a minimum of 4 inches. Galvanized wire mesh shall meet ASTM A-185. 4. Reinforcing bar shall be ASTM A615 Grade 60. C. Forms shall meet the following requirements. 1. Concrete floats shall be cast in steel forms with a smooth, true surface. Forms shall be designed in such a way to prevent unsightly finished surfaces or definite lines that could result in crack planes. Any rough edges, form marks, or defects shall be cleaned, ground smooth, or patched. 2. Float forms shall have a tolerance of not more than 1/8 inch from the dimensions shown on the shop drawings. 3. The foam core shall be located within 1/8 inch from the location shown on the shop drawings. 4. Concrete shall be vibrated internally and/or externally to assure a smooth dense finish. The placement will be such that the concrete float is monolithic with no cold joints in any part of the finished float. D. Foam floatation shall meet the following requirements. 1. The closed cell EPS used shall meet ASTM C 578-85, and the EPS foam core shall have a density between 0.95 and 1.10 pounds per cubic foot. The EPS shall have a maximum absorption rate of 3 percent by volume as tested by ASTM Method C-272. The foam core shall be virgin bead EPS material with no more than 10 percent reground material, 3/8-inch maximum size. All edges, except ends, shall have a 1-inch radius. Material that has exceeded the manufacturer's recommended shelf life shall not be used, nor will molded, stuffed, or reground material be permitted. Voids shall not exceed 1 percent by area as measured on any internal cross sectional cut surface. The knit or weld between the individual bead cells shall be such that a minimum of 60 percent of the beads fracture, rather than separate, when subjected to bending stresses. Lake Fenwick Floating Walkway Replacement 02489 - 6 SECTION 02489 FLOATING WALKWAY and FISHING PIER 2. Foam billets shall have a dimensional tolerance of plus or minus 1/8 inch. 1 The EPS foam core shall be glued with a low solvent adhesive and shall be strapped to prevent delamination if the core is made of more than one piece of foam. The foam core shall be made up of not more than four (4) laminated sections and no horizontal lamination may occur in the upper 10 inches of the foam core. 4. External leveling billets and/or attachments to the primary floatation units shall not be allowed unless they are completely enclosed in HDPE plastic, coated to a minimum 50 mil thickness, with an approved 100 percent solids, two parts polyurethane. Polyethylene shall contain UV inhibitors. Floats shall be filled with EPS containing no CFCs, and shall have a 15-year limited warranty against material failure under normal use. Field-damaged coating shall be repaired with a field-applicable, two-component urethane mastic manufactured by the coating supplier. Field repair shall be approved by the Owner. E. Plastic lumber shall meet the following criteria. 1. Plastic lumber for the wales shall have a continuous structural grade plastic lumber with a minimum allowable bending stress of 2,000 psi with a minimum size of 2 x 8. 2. Plastic lumber for the blocking and curb may be structural grade plastic lumber or recycled plastic lumber manufactured from at least 30 percent post-consumer recycled content, 100 percent recycled content overall, and shall be UV stabilized. 3. Plastic lumber members shall deflect no more than 1/360 under the design live load plus dead load. F. Metal Fabrications, Hardware, and Accessories 1. All structural steel channels, angles, and plates shall be fabricated from mild steel conforming to ASTM A 36. Steel pipe shall conform to ASTM A 53. Steel tubes shall conform to ASTM A 500. 2. Bolts, nuts, washers, eyebolts, and thru-rods shall be mild steel in accordance with ASTM A 307 Grade A and have a minimum of 1-1/2 inches of thread. A minimum dimension for structural thru-rods are 3/4-inch thread root diameter. They shall be supplied with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat or malleable iron washers. 3. Nails: ASTM F 1667. Lake Fenwick Floating Walkway Replacement 02489 - 7 SECTION 02489 FLOATING WALKWAY and FISHING PIER 4, Wood Screws: ASME B18.6.1. 5, Lag Bolts: ASME B18.21 (ASME B18.2.3.8M 6. All metal fabrications, hardware, fasteners, and accessories shall be hot-dip galvanized after fabrication in accordance and in conformance with the relevant ASTM Standards A 123, A 153, A 385, and A 386. 7„ Anchor chain shall be 3/8 inch, NACM Grade 30 Proof Coil Chain and shall be hot dip-galvanized. G. Fendering and Miscellaneous Hardware 1. Cleats shall be gray cast iron, hot-dip galvanized, shall be bolted through the wailer of the floating walkway, and shall withstand a mooring line load of 300 pounds in any direction. 2. Fishing pole holders shall be a durable, commercially available holder, such as the Li'I Pro 210H Rod Holder as manufactured by Driftmaster or equivalent. PART 3 - EXECUTION 3.1 REINFORCED CONCRETE FLOAT SYSTEMS A. Deck Finish 1, Manufacturer shall establish finishing methods and procedures to ensure an even and consistent light-broomed finish on all deck surfaces. The finish shall be applied perpendicular to the direction of travel. 2, All top edges shall have a 3/8-inch tooled radius with a minimum 1-1/2-inch-wide smooth hard steel finished face. Outside top edges and corners shall be smooth. Any rough edges shall be ground smooth. B. Curing, Handling, and Storage 1, Except as otherwise approved, floats shall be cured for a minimum of 7 days before transporting or assembling. The manufacturer shall select his own method of curing and be responsible for the result, except that all curing shall be under cover and with complete protection from direct sunlight, wind, and freezing. Lake Fenwick Floating Walkway Replacement 02489 - 8 SECTION 02489 FLOATING WALKWAY and FISHING PIER 2. Manufacturer shall avoid damage to floats during form removal, storage, transportation, assembly, and installation. Storage of floatation units shall be on level surfaces. It shall be the responsibility of the Contractor to determine the height of stacked units to avoid damage. Floatation units damaged by over-stacking shall be replaced. 3. Floats shall be protected against damage from any cause. Any damaged units shall be rejected and removed from the job. C. Cracks 1, Cracks located along sidewalls that do not indicate migration to the deck surface may be repaired with the approval of the Owner with a nonshrink epoxy-patching compound. Sidewall cracks shall be V- cut out and patched with a nonshrink epoxy-patching compound approved by the Owner and installed as per the manufacturer's recommendations. 2. Excessive cracking in a single floatation unit shall be cause for rejecting that unit. Any frequently recurring pattern of cracking shall be considered indicative of inadequate design, manufacture, and/or improper handling. It shall be corrected by replacement and appropriate changes in design or procedures. 3, Rock pockets exceeding 1 inch in diameter and/or 3/8 inch in depth and/or have honeycombing shall be patched with an approved nonshrink grout of a color similar to the cured concrete. Any pockets that expose mesh or rebar shall be chipped out, cleaned, and filled with an approved epoxy-patching compound. D. Structural Grade Plastic Lumber and Recycled Plastic Lumber 1. Plastic lumber shall be fabricated accurately to provide uniform gaps and butt-joint connections. Gaps at butt joints shall not exceed 3/4 inch between adjoining ends. All wafers, fascia, spacers, or any other member that is subject to foot traffic shall be flush with the walking surface. Walers shall be securely fastened using thru-rods, plate or MI washers, lock washers, and nuts. 2. No connecting device shall protrude beyond the fascia. Any connecting device protruding above the surface of the deck shall have low, rounded profile. 3. Tie bands used for delivery must have plates between the bands and the float to prevent crushing. Bundle identification shall be done so as not to stain float surfaces. Lake Fenwick Floating Walkway Replacement 02489 - 9 SECTION 02489 FLOATING WALKWAY and FISHING PIER E. Steel Fabrications, Hardware, and Accessories 1. All structural steel shall be fabricated in accordance with the approved shop drawings and reference standards. Insofar as practicable, shop prefabricate all items complete and ready for installation. Unless otherwise indicated on the drawings, weld all connections in the shop. All joints shall be tightly fitting, securely fastened, square, plumb, straight, and true. Drill or punch all holes required for the attachment of work of other trades and for bolted connections. Burned holes are not acceptable. Welding of all metal fabrications shall conform to AWS D1.1, Structural Welding Code, latest edition. 2. All miscellaneous steel fabrications, including all fasteners, float connection hardware, and other accessories shall be hot-dip galvanized insofar as practicable after fabrication is complete. Galvanizing damaged accidentally or due to welding shall be repaired in accordance and in conformance with the relevant ASTM Standards A 123, A 153, A 385, and A 386, 3. Washers shall be used with all nuts and bolts. Round plate or malleable iron washers shall be used on all nuts and bolts bearing on plastic lumber surfaces. Cut washers with lock washers shall be used on all surfaces bearing on steel surfaces. 4„ Cleats shall be bolted through the curb of the floating walkway and shall withstand a mooring line load of 300 pounds in any direction. Locate cleats as indicated in the drawings. 5. Thru-rods shall be placed through each float unit as required for the proper distribution of loads from walers to the floating dock modules as determined by the design, but with a minimum spacing of 6 feet on center. 3.2 FLOAT SYSTEM ANCHORAGE A. The floating system anchorage indicated in the drawings is prescriptive. Revisions to the connection to the floating docks may be proposed, if necessary, to accommodate the proposed float system concrete floats. B. The existing floating walkway and fishing float are connected with chain to concrete anchor blocks located approximately as indicated in the demolition drawings. The new anchor blocks shall be located in the same direction as the existing anchor blocks, with the chain lengths as indicated on the drawings. The new anchor blocks shall be jetted down to firm material on the lake bottom. C. Use 3/8-inch galvanized chain to connect floats to anchor blocks. All chains shall be new. Lake Fenwick Floating Walkway Replacement 02489 - 10 SECTION 02489 FLOATING WALKWAY and FISHING PIER 3.3 FLOAT WEIGHT A. The weight of the complete floatation units shall not vary from the theoretically calculated weight or mean weight of all similar units by more than 6 percent. B. Submit calculations of theoretical actual float weights and the actual float weights. 3.4 FLOAT IDENTIFICATION All floats are to be clearly identified on one side and on one end between the bottom of the waler and the waterline with the date of manufacture, specific float type, and job number. 3.5 ASSEMBLY AND LOCATION A. Assembly of the floats at the site shall be performed in accordance with the design drawings and the approved shop and erection drawings prepared by the float manufacturer. B. The float systems shall be located using the control points, abutments and dimensions of the floats indicated in the drawings as reference points. C. The maximum slopes that are acceptable for the installed float systems are as follows. 1„ Under dead load only or dead load combined with a uniform live load, the maximum longitudinal slope is 1/8 inch per foot not to exceed 1 inch in 10 feet; the maximum transverse slope is 1:50 (2 percent). 2. Under dead load combined with a concentrated live load, the maximum longitudinal slope is 1/4 inch per foot not to exceed 2 inches in 10 feet; the maximum transverse slope is 1:50 (2 percent). 3.6 FINAL FLOAT LEVELING A, After float assembly and installation of all hardware and accessories, freeboard for the float shall be measured and recorded at each corner to determine compliance with the required freeboards and tolerances. It shall be the Contractor's responsibility to level the floats to meet the noted requirements at no additional cost to the Owner. The Contractor shall develop and submit to the Owner for approval a plan for placing any auxiliary flotation billets to level the floats. Lake Fenwick Floating Walkway Replacement 02489 - 11 SECTION 02489 FLOATING WALKWAY and FISHING PIER B. Any auxiliary flotation billets shall be installed in a modular arrangement to obtain the freeboards noted in the drawings. The arrangement selected shall be reflected in the as-built drawings. Auxiliary flotation billets installed under concrete floats shall be secured to the floats using marine adhesive. Prior to placing the billets, the contact surface shall be thoroughly cleaned by wire brushing and/or high-pressure water spray. In addition, the polyurethane coating on the contact surface of the billets shall be roughed by sanding or other similar means. END OF SECTION Lake Fenwick Floating Walkway Replacement 02489 - 12 SECTION 03100 CONCRETE FORMWORK PART 1 —GENERAL 1.1 WORK INCLUDED The work includes furnishing and installing formwork for cast-in-place concrete, form accessories, and stripping forms at cast-in-place abutments indicated in the drawings. 1.2 RELATED WORK The provisions and intent of the contract, including the General Conditions, Supplementary Conditions, and General Requirements, apply to this work as if specified in this section. Work related to this section is described in the following sections. SECTION 03200— CONCRETE REINFORCEMENT SECTION 03300 — CAST-IN-PLACE CONCRETE 1.3 REFERENCES IBC International Building Code 2009 Edition as amended by the State of Washington and the City of Kent (or the most recent adopted edition) ACI 301 Specifications for Structural Concrete for Buildings ACI 318 Building Code Requirements for Structural Concrete and Commentary ACI 347 Recommended Practice for Concrete Formwork APA PS 1 Product Standard Plywood Product Standard Handbook for Construction and Industrial Plywood 1.4 QUALITY ASSURANCE A. Inspection: Verify line levels and measurements before proceeding with formwork. B. Reference Standards: Construct and erect concrete formwork in accordance with IBC, ACI 301, 318, and 347. 1.5 DELIVERY, STORAGE, AND HANDLING Store concrete formwork above ground on framework or blocking in ventilated and protected area to prevent deterioration from moisture or damage. PART 2 PRODUCTS 2.1 FORM MATERIALS A. Earth forms are not permitted. Lake Fenwick Floating Walkway Replacement 03100 - 1 SECTION 03100 CONCRETE FORMWORK B. Plywood: Sound, undamaged sheets with straight edges. Use Medium-Density Overlay (MDO) or High-Density Overlay (HDO) Plywood for exposed concrete forms. C. Steel: Minimum 16-gauge (1.5 mm) sheet, well matched, tight fitting, and stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. D. Interior framework: Plywood, OSB, or framing lumber of the same thickness to provide a uniform surface. 2.2 FORMWORK ACCESSORIES A, Form Ties: Free of defects that will leave holes no larger than 1-1/4 inches (32 mm) diameter in concrete surface. Strength shall be consistent with spacing, placement rate, and the like. B, Wire form ties and wood spacers shall not be used. C. Form Release Agent: Material that will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. D. Nails, Spikes, Lag Bolts, Through Bolts, and Anchorages: Sized as required, of strength and character to maintain formwork in place while placing concrete. PART 3 — EXECUTION 3.1 PREPARATION A. Inspect all contact surfaces prior to concrete placement. Verify that surfaces are clean, smooth, and free from foreign matter or imperfections affecting appearance of finished concrete. B, Minimize form joints; symmetrically align joints. C. Arrange and assemble formwork to permit stripping so that concrete is not damaged during its removal. Arrange forms to allow stripping without removal of principal shores, where required to remain in place. D, Before erection of forming, plug and seal all cracks, holes, slits, gaps, and other "telegraphing"imperfections in contact surfaces. E. Formwork for cast-in-place concrete shall be sealed to prevent contact between the waters of Lake Fenwick and fresh concrete less than 24 hours old. Lake Fenwick Floating Walkway Replacement 03100 - 2 SECTION 03100 CONCRETE FORMWORK 3.2 ERECTION A, Design and erect formwork in accordance with ACI 347. Provide bracing to ensure stability of formwork. Strengthen formwork liable to be overstressed by construction loads. B. Provide temporary openings in formwork to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. Close ports with tight-fitting panels and flush with the inside face of forms, neatly fitted so that joints will not be apparent in exposed concrete surfaces. C. Formwork that is intended for the abutment shall be sealed such that no concrete comes in contact with the waters of Lake Fenwick until the concrete has cured for a minimum of 24 hours. D. Vacuum any debris and water from forms before placing concrete. 3.3 APPLICATION OF FORM RELEASE AGENT Apply form release agent on formwork in accordance with manufacturer's instructions; apply prior to placing reinforcing steel, anchoring devices, and embedded items. 3.4 INSERTS AND EMBEDDED PARTS A. Provide formed openings where required for work embedded in, or passing through, concrete. B. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. C. Install accessories in accordance with manufacturer's instructions, level and plumb. Ensure items are not disturbed during concrete placement. 3.5 FORM REMOVAL A. Remove load-supporting forms when concrete has attained 75 percent of required 28-day compressive strength. B„ Remove formwork progressively so that no unbalanced loads are imposed on structure. Do not damage concrete surfaces during form removal. 3.6 CLEANING A. Clean forms to remove foreign matter as erection proceeds. B. Ensure that water and debris drain to exterior through cleanout openings. END OF SECTION Lake Fenwick Floating Walkway Replacement 03100 - 3 SECTION 03200 CONCRETE REINFORCEMENT PART 1 — GENERAL 1.1 WORK INCLUDED Work shall include reinforcing steel bars and fabricated steel bar or for cast-in-place concrete and support chairs, bolsters, bar supports and spacers for supporting reinforcement. 1.2 RELATED WORK The provisions and intent of the contract, including the General Conditions, Supplementary Conditions, and General Requirements, apply to this work as if specified in this section. Work related to this section is described in the following sections. SECTION 03100: CONCRETE FORMWORK SECTION 03300: CAST-IN-PLACE CONCRETE 1.03 REFERENCES IBC International Building Code 2009 Edition as amended by the State of Washington and the City of Kent (or the most recent adopted edition) ACI 301 Specifications for Structural Concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement ANSI/AWS DIA Structural Welding Code-Reinforcing Steel ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement CRSI: Manual of Practice CRSI 63 Recommended Practice for Placing Reinforcing Bars CRSI 65 Recommended Practice for Placing Bar Supports, Specifications, and Nomenclature 1.04 SUBMITTALS A. Before any concrete reinforcement materials are delivered to the job site, submit reinforcement placing shop drawings to the Owner in accordance with Section 01300 of the specifications. B. Submit mill certificates for each heat of steel indicating specification compliance regarding strength and chemistry of steel to be furnished. 1.5 QUALITY ASSURANCE A. Perform concrete reinforcement work in accordance with CRSI Manual of Standard Practice. Lake Fenwick Floating Walkway Replacement 03200-1 SECTION 03200 CONCRETE REINFORCEMENT B. Conform to ACI 315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures." PART 2 — PRODUCTS 2.1 MATERIALS Reinforcing Steel: ASTM A 615, 60 ksi yield grade billet-steel deformed bars, uncoated finish. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16-gauge annealed type. B. Chairs, Bolsters, Bar Supports, and Spacers: Sized and shaped for strength and support of reinforcement during installation and placement of concrete. 2.3 FABRICATION A. Fabricate in accordance with ACI 315, providing concrete cover specified in the drawings. B. Locate reinforcing splices not indicated on drawings at points of minimum stress. Indicate location of splices on shop drawings. PART 3 — EXECUTION 3.1 GENERAL A. Prior to execution of this section, carefully inspect the installed work of other trades, and verify that such work is complete to the point where this installation may properly begin. B. Details of bending, placing, and splicing of all reinforcing steel shall conform to ACI 318, except as modified herein. 3.2 REINFORCING STEEL BARS A. Reinforcement placing drawings: Before ordering material, furnish reinforcement placing drawings for approval by the Owner. Reinforcement placing drawings shall conform to Concrete Reinforcing Steel Institute (CRSI) detailing practice. Do not order material until reinforcement placing drawings have been approved. The approval of reinforcement placing drawings by the Owner shall in no way relieve the Contractor of responsibility for the correctness of such lists and diagrams. B. Fabrication: Bend all bars cold to the shapes indicated on the plans unless otherwise approved by the Owner. Do not field-bend bars partially embedded in concrete except as indicated on the plans or as approved by the Owner. Make bends and hooks in accordance with the applicable portions of the CRSI. Lake Fenwick Floating Walkway Replacement 03200-2 SECTION 03200 CONCRETE REINFORCEMENT C. Placing and Fastening: 1. Place all steel reinforcement accurately and hold firmly in the position indicated on the plans during the placing and setting of concrete. Tie bars at all intersections. 2. Minimum concrete cover to reinforcement shall be as indicated on the plans. 3. Distance from the forms shall be maintained by means of stays, blocks, ties, hangers, or other approved supports. Blocks for holding reinforcement from contact with the forms shall be precast mortar blocks of not less than 3,750 psi (fc) of approved shape and dimensions. Spacer bars, plastic- coated chairs, precast mortar blocks of not less than 3,750 psi (f'c), or other equally suitable devices shall separate layers of bars. 4, In the event that embedded items, conduits, piping, inserts, sleeves, or other items interfere with placing reinforcement as indicated on the plans or as otherwise required, immediately notify the Owner and obtain approval of new procedure before placing concrete. 3.3 SPLICING All reinforcement, except as noted below, shall be furnished in the full lengths as indicated on the plans. Splicing of bars shall not be permitted without written approval of the Owner. 3.4 CLEANING REINFORCEMENT Steel reinforcement, at the time concrete is placed around it, shall be free from loose rust or mill scale, oil, paint, and all other coatings that will destroy or reduce bond between steel and concrete. 3.5 INSPECTION A. Reinforcement in any member shall be placed and then inspected by the Owner before the placing of concrete may begin. Concrete placed in violation of this provision may be rejected, and the Contractor will be required to remove the rejected concrete at no additional cost to the City. B. The Contractor shall notify the Owner at least 48 hours in advance of any concrete pour, to allow for proper inspection. END OF SECTION Lake Fenwick Floating Walkway Replacement 03200-3 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 — GENERAL 1.1 WORK INCLUDED This work includes cast-in-place concrete work at the abutments as indicated in the drawings. The work includes furnishing of all labor, material, and equipment for providing cast-in-place concrete and associated work, all as indicated in the drawings, notes, and these specifications. 1.2 RELATED WORK The provisions and intent of the contract, including the General Conditions, Supplementary Conditions, and General Requirements, apply to this work as if specified in this section. Work related to this section is described in the following sections. SECTION 03100 — CONCRETE FORMWORK SECTION 03200 — CONCRETE REINFORCEMENT 1.3 GENERAL All concrete work shall conform to the requirements of ACI 301-10, Specifications for Structural Concrete for Buildings, unless otherwise noted in the drawings and/or this specification. All cast-in-place concrete shall be cast above the water line or within watertight forms that exclude the water. 1.4 REFERENCE STANDARDS IBC International Building Code 2009 Edition as amended by the State of Washington and the City of Kent (or the most recent adopted edition) ACI 301: Specifications for Structural Concrete for Buildings ACI 308.1: Standard Specification for Curing Concrete ACI 318: Building Code Requirements for Reinforced Concrete 1.5 QUALITY ASSURANCE A. Inspection and Testing The Owner shall provide for necessary inspection and testing as required. The Contractor shall provide all necessary assistance in carrying out such inspections and tests, at no additional cost to the Owner. B. Qualification of Workers Lake Fenwick Floating Walkway Replacement 03300 - 1 SECTION 03300 CAST-IN-PLACE CONCRETE 1, Provide at least one person who shall be present at all times during execution of this portion of the work, who shall be thoroughly trained and experienced in concrete work, and who shall direct all work performed under this section. 1.6 SUBMITTALS The following documents shall be submitted to, and approved by, the Owner before any concrete can be placed on the job. A. Certificates of compliance for materials to be used. B. Proposed concrete mix design, indicating material contents per cubic yard of concrete. C. Test results for compressive strength, yield, air content, and slump of the proposed concrete mix. D, Manufacturer's name, address, catalog number, and specifications for all admixtures, concrete bonding agents, curing compounds, etc., proposed for use on the work. PART 2 — PRODUCTS 2.1 GENERAL All concrete shall be Ready-Mix. Batching, mixing, transportation, and delivery of Ready-Mix concrete shall conform to ASTM C 94. 2.2 MATERIALS A. Portland cement for use in mixes shall be Type I-II or Type II conforming to ASTM C 150. B. All coarse and fine aggregate shall consist of hard, tough, durable particles free from foreign materials, and shall be stored in such a manner as to prevent segregation, excessive breakage, and the introduction of foreign material. Aggregate shall conform to ASTM Designation C 33. The maximum size of coarse aggregate shall not be larger than 1 inch or 3/4ths of the minimum clear spacing between reinforcing steel bars, between bars and side forms, and/or between bars and top or bottom surface of the concrete. C. Water-reducing admixtures may be used and shall conform to the requirements of ASTM C 494. Dosage rates shall be in accordance with the manufacturer's recommendations. Air-entraining admixtures shall conform to ASTM C 260. Dosage rates shall be in accordance with the manufacturer's recommendations to meet the air content specified herein. Fly ash shall conform to ASTM C 618 Type F and shall have a maximum Lake Fenwick Floating Walkway Replacement 03300 - 2 SECTION 03300 CAST-IN-PLACE CONCRETE loss on ignition of 3 percent. D. Water shall be potable. 2.3 OTHER MATERIALS All other materials, not specifically described but required for a complete and proper installation of cast-in-place concrete, shall be as selected by the Contractor subject to the approval of the Owner. 2.4 MIX PROPORTIONS AND STRENGTH A. The proportions of aggregate to cement for any concrete shall produce a mixture that will work readily into the corners and angles of the forms, around reinforcement and embedded items, and with the least possible segregation of the material or allow excess free water to collect on the surface. B. The Contractor shall submit to the Owner, for review and approval, details of proposed concrete mixes, including certificates of compliance as described in paragraph 1.05 of this section. C. The mix proportions shall be selected in accordance with ACI 318. Deviation from any reviewed design mix without written authorization of the Owner will not be permitted. D. All concrete shall use normal weight aggregates, develop a minimum compressive strength of 4,000 psi in 28 days, and meet the following requirements. 1. Minimum Cementitious Material Cement 5-1/2 sacks/cy 2. Maximum Water/Cement Ratio 0.38 (By weight, including free moisture on the aggregate) 3. Air Content 4.5% to 5.5% 4. Water reducing admixture shall be Type A, D, F, or G. The amount shall control the desired workability and water/cement ratio of the mix, and shall be within the manufacturer's recommended range. 5. Slump shall be 3 to 5 inches with Type A or D admixtures, 4 to 8 inches with Type F or G admixtures. The slump shall be chosen to enhance workability without violating the water/cement ratio. Lake Fenwick Floating Walkway Replacement 03300 - 3 SECTION 03300 CAST-IN-PLACE CONCRETE PART 3 - EXECUTION 3.1 PREPARATORY WORK A. Inspection 1, Prior to all work of this section, carefully inspect the installed work of all other trades, and verify that all such work is complete to the point where this installation may properly begin. 2. Verify that all items to be embedded in concrete are in place, properly oriented, located, and secured. 3. Verify that concrete may be placed to the lines and elevations indicated on the drawings, with all required clearance for reinforcement. B. General 1. All areas in which concrete is to be placed shall be thoroughly cleaned of all extraneous items, including but not limited to, trash, tie wire, paper, and wood. Concrete forms that have not been treated with oils, waxes, or other bond breakers, shall be thoroughly wet prior to placing concrete. 2. All transporting and handling equipment shall be cleaned of all hardened concrete. C. Notification Notify the Owner at least 48 hours in advance of any concrete pour„ 3.2 PLACING CONCRETE A. Concrete shall be placed as soon as possible after mixing and shall be plastic and readily workable when placed in the forms. Partially set concrete must not be retempered for use. B. The method and manner of placing concrete shall avoid segregation of the aggregate, or displacement of reinforcement. C. Aluminum conduits or tremies shall not be used for pumping or placing concrete. D. Concrete shall be placed in continuous horizontal layers and compacted so that there will be no line of separation between layers. Care shall be taken Lake Fenwick Floating Walkway Replacement 03300 - 4 SECTION 03300 CAST-IN-PLACE CONCRETE to fill each part of the form by depositing concrete directly or as near the final position as possible. E, In general, the method of depositing and compacting concrete shall be conducted to form a compact, dense, impervious concrete with the required surface and a minimum of segregation. Defective concrete shall be removed at the Contractor's expense. 3.3 CONSTRUCTION JOINTS Construction joints will not be allowed except as noted on the drawings or as approved by the Owner. 3.4 COLD/HOT WEATHER CONCRETING Do not place concrete when the atmospheric temperature drops below 40OF or rises above 90°F, unless special procedures are followed. For recommended practices for hot/cold weather concreting, refer to ACI 305/306. 3.5 VIBRATION OF CONCRETE Provide suitable internal vibrators for use in compacting all concrete. The vibrators shall be the type designed to be placed directly in the concrete, and their frequency of vibration shall not be less than (7,000) impulses per minute when in actual operation. Vibration shall be such that the concrete becomes uniformly plastic. Insert vibrators to a depth sufficient to vibrate the bottom of each layer effectively, but do not penetrate partially hardened concrete. Do not apply the vibrators directly to steel that extends into partially hardened concrete. The intervals between points of insertion shall not be less than 2 feet or more that 3 feet. Do not continue vibration in any one spot until pools of grout are formed. In vibrating and finishing top surfaces that are exposed to weather or wear, care shall be exercised to avoid drawing water or laitance to the surface. Do not use vibrators to transport or move concrete inside the form. Hand-tamping shall be required wherever necessary to ensure a smooth and dense concrete on the outside surfaces. 3.6 CURING CONCRETE Refer to ACI 308 for recommended practices for curing concrete. 3.7 FINISHING CONCRETE A. General Lake Fenwick Floating Walkway Replacement 03300 - 5 SECTION 03300 CAST-IN-PLACE CONCRETE All permanently exposed surfaces, unless specifically noted otherwise, shall be free from local bulging, rock pockets, and segregation. B. Horizontal surfaces 1, All horizontal surfaces that will carry additional concrete shall be thoroughly roughened to an amplitude of 1/4 inch and cleaned of all laitance and unsatisfactory concrete. This shall be done by wet sandblasting, cutting with an air-water jet, or other methods approved by the Owner, to expose clean, sound aggregate without undercutting around the edges of the larger aggregate particles. 2. Exposed horizontal surfaces that will neither receive additional concrete nor grooved surface shall have a medium broom finish unless noted otherwise on the contract plans. The broom stria shall be approximately 1/16 inch. 3. Exposed vertical surfaces shall have a smooth form finish. Any bugholes larger than 1/2 inch in any dimension shall be repaired. C. Protection of Finish The Contractor shall take every precaution to protect finished surfaces from stains or abrasions. Surfaces or edges likely to be injured during the construction period shall be properly protected. 3.8 TESTING A. The Owner and/or an accredited testing agency authorized by the City will perform testing of concrete material. The initial testing will be paid for by the City. Methods of sampling, testing, evaluation, and acceptance will conform to ACI 301, Chapters 16 and 17. B. Tests will be performed at no cost to the Contractor, except as noted. The following services shall be performed, when necessary, at Contractor's cost. 1. Additional testing and inspection required because of changes in materials, proportions, and procedures requested by the Contractor. 2. Additional testing of materials or concrete occasioned by their failure by test or inspection to meet specification requirements. END OF SECTION Lake Fenwick Floating Walkway Replacement 03300 - 6 I Lake Fenwick Pre-Construction Meeting agenda 1. Outstanding contract issues if any. 2. Designation of responsible personnel. 3. Schedule of Values 4. Tentative construction schedule/work sequencing a. In-water work window:July 16-April 30 b. Contract time: 150 calendar days from NTP c. Float engineering and fabrication (critical path) 5. Information needed prior to start of construction: a. Bond insurance b. Waste site location c. Spill prevention plan d. Safety/traffic control plan 6. Procedure for communication of a. Shop drawings / Submittals (electronic ok, identify priority submittals, clearly mark products to be used, etc.) b. Field decisions c. Change orders d. Applications of payment 7. Site access and use a. Security/fencing b. Maintaining good neighbor relations c. Parking/equipment storage d. Housekeeping/sanitary facilities e. Working hours (8 am - 6 pm, M-F) f. Areas of park to remain open during construction 8. Weekly progress meeting schedule. 9. Permits (HPA) - Notification, photos, in-water work limits 10. Liquidated Damages -$1000/calendar day 11. Special Inspections (backfill compaction, concrete testing for abutments and floats) 12. Other questions/issues o m �IIIII ��IIII �III,IwI m m._.u'lln m m � „ NIXON 111111 UUUUUIUIUUU�UUIUUIUIUIU��U �� �u W.. I:, ® l� nuuuuuuuuuuuuuuuliiluuuuuu uum uu oml u � IIII �� � i i V II�� m 0® m m a m m m II IIIIIIIIII � g III�I����I101illllllllll IIIIII Ililllllllll II�� �I mn Imp m IIIVI Im,mo I � IIIIIV mu uu „ II um� nm I IVIIVu �-„ uul ., Im, III III, m r '�f uul w m e m •� ul m m� V� r E T Agenda Item:.edi_ds - 9A... TO: City Council DATE: December 12, 2017 SUBJECT: Lake Fenwick Floating Walkway Replacement- Award _. .. ... —,,..._............_ .._ _... ---..IT............._ ..... . MOTION: Award the Lake Fenwick Floating Walkway Replacement Project to Massana Construction in the amount of $648,725.00 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Parks Director. SUMMARY: This project will replace the floating walkway and fishing dock in Lake Fenwick Park, which are well beyond their useful life. The popular walkway and dock were closed to the public in 2012 due to lack of capital funding for repair or replacement. A public bidding process yielded a total of six (6) bids, with the lowest responsible bidder being Massana Construction. The Engineer's estimate for this project is $500,000 to $600,000. EXHIBIT: Bid Tab dated November 29, 2017 RECOMMENDED BY: Parks, Recreation and Community Services Director YEA: N/A NAY: N/A BUDGET IMPACTS: Expense impacts to the Lake Fenwick budget. 0 0 E 0 - --------- ------- < a) m 0 E x x x x x x .0 V ... .........................................- uj 0 E < <c 0) < < <z z z z z z E Qj > m ............. _.. ......_.m._. 0 0 0 0 0 N 0 N CL U� 0 N N 0 m to 00 M c co 6 6 Lr� 06 6 4) Ln N m 0 r, r, N m E gt to An- 4A ifr iA- ljr 14 0 V 0 N FA m 0 0 0 c 14 0 C u in U. 1� ............... ...m..___.. ----- 10 m a > r 0 u m c m uj m M d �n ta 01 E a) m w u c 0 u cm 'a) 0 E A IA c E 9L LL IL 0 -1 0 LU m L4 z u u 0 0 0 0 u t ai Z, r_ t n u u it u t 0 u E 2 U q) 0) - 0 E -o r_ CL 0) acl ro n _0 w ai zGi 0 .......................... .......................