Loading...
HomeMy WebLinkAboutPK18-084 - Original - Harkness Construction, LLC - Kent Memorial Park Play Area Renovation & Wiffle Ballfield Installation - 03/01/2018 :, c ,o," ' s KENO T WASHINGTON 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: Harkness Construction Vendor Number: .ID Edwards Number Contract dumber: This is assigned by City Clerk's Office Project Name: Kent Memorial Park Play Area Renovation & Wiffle` Ballfield Installation Description: 0 Interlocal Agreement ® Change Order ❑ Amendmient Z Contract El Other, Contract Effective Date: 3/1/2018 Termination bate: 5/ 5/ 01.8 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Lynn Osborn/BL Department: Parks Planning & Dev. Contract Amount: $41. .g80.50 Approval Authority: C] Department Director E]Mayor NCity Council Detail: (i.e. address, location, parcel number, tax id, etc.): Public Works contract for renovation of the existing play area and installation of a Wiffle Ball Field at Kent Memorial Park. Division Contract PPD17-08 adccW10877 8 14 CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Harkness Construction, LLC , organized under the laws of the State of Washington , located and doing business at _ 45015 244th Avenue SE, Enumclaw, WA 98022 ("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: 2. Kent Memorial Park Play Area Renovation & Wiffle°Ball Field Installation 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 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 N tice to Proceed and be gompleted within 45 . („�o <- 71 15 The Contractor shall pf Ovid 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 the Base Bid, Alternate #1, and Washington State Sales Tax, is $412,989.50. 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 DANA RALPH, MAYOR DATE:� ......_ _._ ____..._ r ATTEST: L L . .... ._m _.. KIMBERLEY A OMOTO, CITY CL K APPR V A TO FORM: E T DEPARTMENT CONTI TOR BY: PRINT NAME: TITLE, BATE: , '..>_... EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Page 22 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION&WIFFLE BALL FIELD INSTALLATION BIDDER'S PACKAGE FORMS EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 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. Page 23 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION BIDDER'S PACKAGE FORMS EXHIBIT A (Continued) 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. Page 24 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION BIDDER'S PACKAGE FORMS �►co CERTIFICATE OF LIABILITY INSURANCE 02/27/18 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 WANED,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 endorsemerlt(s). PRODUCER CONTACT NAME: GARY TURNER INSURANCE AGENCY PHONE 253)876-0775 (FAX Ne;(253)804-0141 No Ext: 820 Harvey Road Suite D AL-NIAIL E)DRESS:gary.turnerinsurancel@gma il.com Auburn, WA 98002 [NBURERIa)AFFORDING COVERAGE NAICp INSURER A,Security National Insurance Company INSURED Harkness Construction, LLC INSURER B;National nion vire insurance Cc or Flttsnurgn 25912 SE 432nd St INSURERC: Enumclaw, WA 98022 INSURER D: 253-335-1449 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MWDD MWDDfYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ ZOO 000 CLAIMS-MADE OCCUR MED EXP(Any one person) $ 5,000 A Y Y NA107653504 02/24/18 02/24/19 PERSONAL&ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,000 X POLICY PE O-- LOC COWNED AUTOMOBILE LIABILITY Ea accident $ ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS NON-OWNED PROPERTY Per accident) $ HIRED AUTOS AUTOS b UMBRELLA LIAB OCCUR 12/01/17 02/24/19 EACH OCCURRENCE $ 2,000,000 B X EXCESS LIAR CLAIMS-MADE Y y EBU63474347 AGGREGATE $ 2,000,000 DED RETENTION S $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY TORYLIMU ER ANY PROPRIETORIPARTNERMXECUTIVE YIN ❑ NA107653504 02/24/18 02/24/19 E.L,EACH ACCIDENT $ 1,000,000 RIM A OFFICEEMBER EXCLUDED? NIA stop a (MamWary in NH) p gap E.L.DISEASE-EA EMPLOYE S 1,000,0OO If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$ 1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) The City of Kent shall be named as additional insured under the contractor's commercial general liability insurance policy with respect tothe work performed for the City. includes waiver of subrogation and primary and non-contributory endorsements as well. Project: Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Parka, Recreation and Community THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Services ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave S Kent WA 98032 AUTHORIZED REP SEN ATIVE 988-2010 ACORD CORPORATION. All rights reserved. ACORD25(2010/05) The ACORD name and logo are registered maKs of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSUREDS - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Policy Number: NA107653504 Endorsement Effective: 2/27/2018 12:01 a.m. Named Insured Countersigned y. HARKNESS CONSTRUCTION LLC HARKNESS CONSTRUCTION LLC SCHEDULE Name of Person or Organization: Any person or organization that the named insured is obligated by virtue of a written contract or agreement to provide insurance such as is afforded by this policy. Location: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II—Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only to the extent that the person or organization shown in the Schedule is held liable for your acts or omissions arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds,the following exclusion is added: 2. Exclusions This insurance does not apply to"bodily injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work,on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the site of the covered operations has been completed;or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The words"you"and "your" refer to the Named Insured shown in the Declarations. D. "Your work"means work or operations performed by you or on your behalf; and materials, parts or equipment furnished in connection with such work or operations. Primary Wording If required by written contract or agreement:Such insurance as is afforded by this policy shall be primary insurance,and any insurance or self-insurance maintained by the above additional insured(s)shall be excess of the insurance afforded to the named insured and shall not contribute to it. Waiver of Subrogation If required by written contract or agreement: We waive any right of recovery we may have against an entity that is an additional insured per the terms of this endorsement because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization. 49-0108 07 11 May Include Copyrighted Material of Insurance Services Offices, Inc. Page 1 of 1 Used with permission PAYMENT AND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: TO CITY OF KENT Bond No. 383229E That we, the undersigned, Harkness Construction, LLC as Principal, and Developers Surety and Indemnity Company a Corporation organized and existing under the laws of the State of VMSXXYg=,* 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 $Four Hundred Twelve " —, 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. *California —Thousand Nine Hundred Eighty Nine and 50/100ths ($412,989.50) Dollars— 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 Kent Memorial Park Play Are Renovation & Wiifflle° Ball Field Installation (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 aill persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body, TWO WITNESSES: Harkness Construction, LLC PRINCIPAL (enter principal' name above) BY: TITLE: Mason B. Harkness, Member PRINT NAME. DATE: DATE: / / PRINT NAME DATE: SURETY: Developers Surety and Indemnity Company CORPORATE SEAL: BY: ��A"-,4" �:.... _..®.. Keith Kline DATE: February 9 2018 TITLE: Attorney-in-Fact ADDRESS: 17771 Cowan, Suite 100 Irvine, CA 92614 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 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263.3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint: ***James D. Dickinson,Angela M.Demmig, Ryan Barnes,Keith Kline,jointly or severally*** as their true and lawful Attomey(syin-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attomey(s)named in the Power of Attomey to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power ofAftomey or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February,2017. By: � .��AnrorHae, GOB'POAN y O't Daniel Young,Senior Vice-President a°ORir'•�i,'• y P Rq O r 1936 z ;G OCT.5 �0 - a: o_ ti 1067 By. Mark Lansdon,Vice-President �:?�o .....� ° �y�9[IFpP��r A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On February 6,2017 before me, Lucille Raymond Notary Public Date Here Insert Name and TrUe of to Offica personally appeared Daniel Young and Mark Lansdon Nw*(s)of Signals) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)istare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in histherltheir authorized capacty(ies),and that by his/her/their sgnature(s)on the instrument the person(s),or the entity upon behalf of LUCILLE RAYMOND which the person(s)acted,executed the instrument. Commission#2081945 Notary Public•California I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is Orange Coatrtty true and correct. my Comm.Et ices Get 13 2018 WITNESS my hand and official seal. Place Notary Seal Above Signature Lucill ond,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attomey are in force as of the date of this Certificate. This Certificate is executed in the City of Wne,California,this 9th day of February 2018 ,.' t f ANC)i �PAHYO. 1.Jam' / J ,.�.p..ptHp°i p 0 goOq4�.y 4:!!A By: Cassie J. fad,Assistant SWtary a: :o_ tBaT Wo ATS-1002(02117) '•.,,,��* �,,.�` BIDDER'S PACKAGE CITY OF KENT KING COUNTY, WASHINGTON KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE® BALL FIELD INSTALLATION BIDS ACCEPTED UNTIL: THURSDAY DECEMBER 14, 2017 1:30 P.M. BID OPENING: IMMEDIATELY FOLLOWING COUNCIL CHAMBERS, FIRST FLOOR DELIVER TO: CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032 JULIE PARASCONDOLA DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES KEN• T WASHINGTON BIDDER'S PACKAGE FOR KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 850 Central Ave. North Kent, Washington 98032 Directions from highway SR 167: Take the exit for CENTRAL AVE/84TH STREET; Go SOUTH onto CENTRAL AVENUE for approximately three-quarters of a mile; Turn LEFT into parking lot. Silver SDFIngS 0 Apanments S, Carpinlic Brothers 0 o 0 AlderDrook Apartments 0 Sezille-Tacoira Box S' T1850CMU01 Avanue Noah S, MW Creek Nl;ccle School INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through Thursday, December 14, 2017 up to 1:30 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington 98032. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above- stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following for the City of Kent project named as follows: Kent Memorial Park Play Area Renovation & Wiffle° Ball Field Installation The project consists of renovating a play area (but not installing play equipment), constructing a synthetic turf Wiffleo ballfield, installing decorative concrete paving work, installing an irrigation system, and other related work as required and as indicated in the project manual and on the drawings. The Engineer's estimated range for this project is $300,000 to $340,000. Bid documents may be obtained at www.kentwa.gov[procurement. An optional pre-bid meeting will be held at 9:00 a.m. on Thursday November 30, 2017 on site at Kent Memorial Park, 850 Central Ave. North, 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 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternated or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory, and responsible bidder and shall be the sole judge thereof. No pleas of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 16th day of November, 2017. KIMBERLEY A. KOMOTO, City Clerk [Published in the Daily Journal of Commerce on November 16 and November 30, 2017] CONTRACTOR: COMPLIANCE STATEMENT (President's Executive Order #11246) Date l This statement relates to a proposed contract with the City of Kent named Kept Mgmo_rjpl Park Play AreaRgngvatlgn & WiffleBall Field Installatign I am the undersigned bidder or prospective contractor. I represent that - I have I have not—X 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: " 'z c ,) GNA URE/TI LE ' / ' ADDRESS (Nate to Bidders: The information required in this Compliance Statement is informational only) Page 1 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION & WVIFFLIE BALL FIELD INSTALLATION PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that "I 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 Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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 WSDO,T 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. Page 2 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION BASE BID: ICENT MEMORIAL PARK FLAY AREA RENOVATION & WI/I IFLE BALL FIELD UNIT PRICES (Unit prices include all labor, materials, and equipment necessary to provide and/or execute and/or place Item noted.) BID SCHEDULE ItoP"lan �,Toal No. , Itemi� ri tidy` ; nti .lntt „ muurrt 1 Mobilization/General 1 LS Conditions/Erosion Control - 2 Earthwork/Grading 1 LS f / 3 Storm Drainage 1 LS --` ,'' 4 Concrete Paving 1 LS '57 6 Sandblast Finish on Selected 1 LS Concrete Paving 000 6 Wiffleee' ball Field: Synthetic Turf 1 LS Field/Base/Underdrainage ?00 7 Wiffle Sall Field: Fencing./ 1 LS Concrete Curbs/Footings 6 Irrigation 1 LS I 9 Planting 1 LS SOD 13 Parking Lot Improvements 1 LS 11 Playground: Concrete Curbs/ 1 LS Llnderdrainage/Filter Fabric ( " 12 Alternate tit: Site Clearing/ 1 LS Demolition by Contractor Total Sure Bid Items 1 through 11 $ Washington State Sales Tax 10% Total Sum Bid Item 12: Alternate #1OO Washington States Sales Tax 10% $ Base Bid Total Amount in WWords, Base +Aitemate Bid Total Amount inWords: � �. BID SUMMARY The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: ZDATE: I (signature) By; aso Title: C (print name) ' Company Name Address: /7 1 City/Mate/Zip: Phone; (2-D:3) 035 "/e q Page 4 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION PROPOSAL SIGNATURE PAGE PROJECT: Ke gld Installation nt Mg[n_orial Pprk Play Area ggagviltion & Wiffle Sall El 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 45 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 -2— 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 BPDER,, z BY: 9 rgn At u re ell (Print Name and Tit]4) Address Page 5 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: Kg 131 Memorial Park Plin Am@ Rgnovg1tign & Wiff le Ball Field-Instaligtio13 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 (11/16/2017), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 491.48, 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: Signat��d�o_ri Official* Printed Name: A��, Title: ,a4z" 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. Page 7 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.3S0) for Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. If the bidder fails to request a modification within the time allowed, or 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. Page 8 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETER MINA TION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOXD. 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: FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries ce icate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state uinified business identifier n , ber. 's e-,e-- ('j-� 1.3 Provide proof of applicable industrial insuAa6n(ce-e/=erage for your employees working in Washington as required in Title 51 W, together with an employment security department number as required i, itle 50 RCW, and a state excise tax registration number as required in Title RCW. Providing a copy of a state of Washington "Master License Service egistration and Licenses" form is typically sufficient evidence of the requir tints of this subsection, 1.4 Provide a statement, sign by a person with authority to act and speak for your company, that your co pang, including any subsidiary companies or affiliated companies under ority ownership or under control by the owners of the bidder's company, are and have not been in the past three (3) years, disqualified from bidding on, a: , public works contract under RCW 39.06.010 or 39.12.065 (3). Page 9 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION! & WIFFLE BALL FIELD INSTALLATION 2. ORGANIZATION % a1 �hCO4 ,-*-L 2.1 How many years has your organization been in burin ss as a Contractor? 2.2 How many years has your organization been in burin ss 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 full wing: 2.3.1 date of incorporation: 2.3.2 State of incorporation: 2. .3 President's name: 2.3.4 'dice-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 foll wing: 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 th 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 li ted above, describe it and name the principals: 3. LICENSING 3.1 Dist jurisdictions and trade categories in which your o ganization is legally qualified to do business, and indicate license numbers, if appli able. 3.2 List jurisdictions in which your organization's partner hip 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 quesd ns below is yes, please attach details.) 4.2..1 Has your organization ever failed to complete a y work awarded to it? 4.2.2 Are there any judgments, claims, arbitration pr ceedings or suits pending or outstanding against your organization or its offi e s? 4.2.3 Has your organization filed any law suits or q sted arbitration with regard to construction contracts within the last five rs? Page 10 of 31 KEN'T MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION 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 f '11..1ed to complete a construction contract? (If the answer is yes, please att ch details.) 4.4 On a separate sheet, list major construction projects y ur organization has in progress, giving the name of project, owner, architect r design engineer, contract amount, percent complete and scheduled completion te. 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 w rk performed during the past five years: 4.6 On a separate sheet, list the construction experience a d 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: 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; Page 11 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION 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 /�tday of , 20/7 Name of Organization: By: Title: 7.2 f , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and swor be r his day of .� , 201. Notary Public: Notary Public My Commission Expires: State of Washington Sheila Nelson Commission Expires 01/19/20 Page 12 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION 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. Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation NAME OF PROJECT NAME OF B DDER'S FIRM SIGNATU OF AUTH RIZED kEPRESENTATIVE OF BIDDER Subscribed and swor bef ethis 1// day of , 20 1-7. Notary Public: X2 Notary Publio My Commission Expires: l- /r —02 U State of Washington Sheila Nelson Commission Expires o1/19/2o Page 16 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "'None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project: Kgl]t Memorial Park Play Area, Ren vation & Wiffle Ball Field Installation Subcontractor Name Item Numbers Subcontractor Name roc Item Numbers L/ C2 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers BIDDER'S SIGNATURE Page 13 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies, The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions, for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. 1 haive 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, a:gie, 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: "'0wr ,404 11�?.4 Date: Page 17 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725.iRVINE,CA 92623 (949)263-MOD KNOW ALL BY THESE PRESENTS that except as expressly trotted,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA do each hereby make,constitute and appoint "'James 0.Dickinson,Angela M.Demmlg,Ryan flames,Keith Kline,jointly or severally-" as their true and Intel Acrrey(s)in-Fad,to make,execute,deliver and adnowledge,for and on behat of said corporations,as sureties,bonds,undertakings and contracts of suretyship SWag and granting unto said Aftmay(s)-in•Fact Nil power and authority to do and to perform every act necessary,requisite or proper to be done In connection therevdth as each of acid corporations could do,but reserving to each of said corporations U40 power of substitution and revocation.and all of the acts of said Aftamay(s)4n-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney Is granted and is signed by facsimb under and by authority of the Wowing resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st 2008. RESOLVED,[hat a combination of any two of the Chairman of the Board,the President,Executive Vice-President.Senior Vlce•Presldent or any Vice Presidenl of the corporatens be,and that each of them hereby Is,authorized to execute this Pourer of Attorney,qualifying the attorney(s)named in the Power of Attomey to execute,on behalf of the corporatans,bonds,undertakings and oontrads of suretyship;and that the Secretary or any Assistant Secretary of either of the corporetions be,and each of them hereby Is,authorized to attest the execution of any such Power of Attorney. RESOLVED,FURTHER,that the signatures of such offioors may be affixed to any such Power otAttomey or to any certificate relating thereto by facsimile,and any such Power of Attomey or certificate bearing such facsimile signatures shag be valid and binfing upon the corporations when so abed and in the future with rasped to any bond,undertaking or contact of suretyship to which it is attached IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severely caused these presents to be signed by their respective officers and attested by their respective Secretary crAssistant Secretary this 6th day of February,2017. t..J � ��a'ka By. * AHD H4ANYp Daniel Yaq.SeniorVIce-President �,��APO 1936 ' 5 ° By: Marty Landon.Vtca-Pre oftl p�* �� oA'P� anugo A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate Is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Orange On February 8.2017 before me, Lucille Raymond.Notary Pubfic ern htero tm«huha�.n,etnrato,.anc�d personally appeared Daniel Yb mA end Mark landm "•1dgFiect+1 who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)istare subscribed to the within instrument and acknowledged to me that hdlsheAhey executed the same in hisiherAWr authorized capecity(es),and that by hksrherAhefr s%nalure(s)on the instrument the person(a),or the entry upon behalf of rA-- - - - - LUCILLE RAVIIIOiID which the paw(s)acted,executed[he instrument Coe111t11:3s1o110 ZU1945 Notary PUNC-Caamla I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is 0"COUttllt true and correct. Corms.Ei ties Oct 1' 2018 WITNESS my hand and official seal Piece Notary Seal Above Signature Notary Public CERTIFICATE Ludt" The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby cetify that the for%dng Power of Attorney remain in N0 farce and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set With In the Power otAtomay are In tome as of the date of this Certificate. //••����ThissC�Certificate is executed in the City of hvire,Cektfomis,this day of ' '�•�aiwo""'•, eVPANYp� �46pPPOg9 • 1936 887s rah. = ° ATS-1002(02(17) GENERAL CONTRACTOR'S REFERENCES If you have not worked for the City of Kent in the past three years: Please provide three references for work performed similar in size and scope to the Kent Memorial Park Play Area Renovation & —Wiffle Ball.field Ingt@11ption. At least two of the references should be from a public agency. Agency Name �� Address, city, state, zip Phone Contact Name 61 lAu.0 Name of Project Amount of Contract (approx.) and Year Agency Name Address, city, state, zip ��06P Phone ,,01e1e,,AaAZZ Contact Name �g �4 Name of Project Amount of Contract (approx.) and Year Agency Name .................... Address, city, state, zip Phone Contact 'Name Name of Project Amount of Contract (approx.) and Year Note: This form must be included with your bid. u I have worked for the City of Kent in 2015,, 2016 or 2017. Name of Project(s)-. Page 6 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION Home Fspaiol Contact Search L&I A-%Index Help mi.I ICI Safety&Health Claims&Insurance Workplace Rights Trades&Licensing 40 Washington State Deparbnent of Labor & Industries HARKNESS CONSTRUCTION LLC Owner or tradesperson 2045 McHugh Ave Principals ENUMCLAW,WA 98022 253-335-1449 HARKNESS,JASON KING County BRUCE,PARTNER/MEMBER Doing business as HARKNESS CONSTRUCTION LLC WA UBI No. Business type 603 173 564 Limited Liability Company License Verify the contractor's active registration!license!certification(depending an trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. HARKNC1L888C2 Effective—expiration 02122/2012—02/24/2018 Bond Wesco Insurance Co $12,000.00 Bond account no. 46WBO16901 Received by L&I Effective date 02/1512013 02/1712013 Expiration date Until Canceled Bond history Insurance Security National Insurance $1.000.000.00 Policy no. NA107653503 Received by L&I Effective date 0211812017 02124/2017 Expiration date 0 212 412 01 8 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&1 tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. Help us improve License Violations No license violations during the previous 6 year period. Workers' camp Do you know if the business has employees?If so,verify the business is up-to-dale on workers'comp premiums. L&I Account[D Account fs current. 165,861-01 Doing business as HARKNESS CONSTRUCTION LLC Estimated workers reported Quarter 3 of Year 2017"0"Workers L&I account contact TO!JULIE SUR(360)902-4715-Email:SURJ236@lnl.wa.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes No strikes have been Issued against this contractor. Contractors not allowed to bid No debarments have been Issued against this contractor. Workplace safety and health No inspections during the previous 6 year period. eiD Washington State Oept.of Labor&Industries.Use of This site is subject to the laws of the slate of Washington. Help us improve Seatac Contractor's Qualification's Statement Response 1.1 —Contractor's Registration Enclosed, #HARKNCL888C2 1.2 —603.173.564 1.3 —L&I id #155,861-01, Employment Security#449125-00-9, Excise tax 4603-173-564 1.4 —Harkness Construction. LLC has not been deb red�oruafified from public works bidding in the past 3 years per RCW 39.06,010. Signed x Jason Harkness, Managing Member. 2.1—8 years. 2.2—8 years, 2.2.1—None. 2.6—Washington State Limited Liability Corporation. Principal: Jason Harkness. 3.1 and 3.2—Washington State. 4.1—Carpentry, Excavation, Stormwater, Concrete, 4,2— No to all questions. 4.3—No. 4.4— None. 4.4.1-$20,000 4.5—See Enclosed 4.5.1-$400,000-500,000 4.6 See Enclosed 4.7 See Enclosed 5.1 Trade References: 1.Arrow Lumber—(360) 829-9049 2. HD Fowler—(253) 863-8600 5.2 Bank References: 1. Wells Fargo, Enumclaw, WA—(360) 802-4766 5.3 Surety 5.,3.1 Bonding Company-CAN 5.3.2 Dickinson Insurance 609 North Syringa Street Post Falls, Idaho 83854 Phone: (208)773-0504 LD tD Ln Ln ct m CL c w c u Q N ~ Q O E O u 0 Ln yLn o Ln m O 1� d OJ Ln �+ n 00 N O N C en00 to O N 7 C1 O rq O O V' 00 L6 00 C, Ln a ° � N �en U T C O V O Ch N Ln N ei 00 cn Ln ri N n N L 00 Ln N D lG ^ O n 3 N ^ N Ln C W v CA Ln ZF m N t O• �' N QO a qn CA p M A m O R R L^l1 O1 �. t0 C +'C+ M u O .O u Q Fm- O O �? O U cn = = s c 1 1 N � Q Q Q a tv 40 to OA U N Q c c c W Y v 3 d 3 a u = 2 2 i C ,m 6 6 6 v (u O a U U U C i OJ 40 4d 40 a O a Y ]C Y +1 c c E v a) U O` tip > J O cu O `c. c E o a ate, co uZ m Q n °,-, 41 c >, t Ln v O E EZ ; Z a cu N Z L+J u cu c t ++ C Y o au o a m v f0 3 Y_ t_ OJ 2 a J d CO Z Kent Memorial Park SECTION 004323 Bid Documents ALTERNATES FORM December 6, 2017 DOCUMENT 004323-ALTERNATES FORM 1.1 BID INFORMATION' A. Bidder: B, Prime Contract; . C. Project Name: lent Memorial Park. D. Owner: City of Kent Parks, Recreation and Community Services, E. !Landscape Architect/Prime Consultant: Site Workshop LLC. F. Date of Addendum: December 6, 2017. 1.2 BID FORM SUPPLEMENT A. This form is required to, be attached to the Bid Farm. 1.3 DESCRIPTION A. The undersigned Bidder proposes the amount below be added to or deducted from the Base Bid if particular alternates are accepted by Owner. Amounts listed for each alternate include costs of related coordination, modification„ or adjustment. B. If the alternate does not affect the Contract Sum, the Bidder shall indicate"NO CHANGE." C. If the alternate, does not affect the Work of this Contract, the Bidder shall indicate "NOT APPLICABLE. D, The Bidder shall be responsible for determining from the Contract Documents the affects of each alternate on the Contract Time and the Contract Sum. E. Owner reserves the right to accept or reject any alternate, in any order, and to award or amend the Contract accordingly within 60 days of the Notice of Award unless otherwise indicated in the Contract Documents. F. Acceptance or non-acceptance of any alternates by the Owner shall have no affect on the Contract Time unless the "Schedule of Alternates" Article below provides a formatted space for the adjustment of the Contract Time. 004323 - Page 1 of 2 Kent Memorial Park SECTION 004323 Bid Documents ALTERNATES FORM December 6, 2017 1.4 SCHEDULE OF ALTERNATES A. Alternate No. 1>: Site Clearing/Demolition: 1. ADD DEDUCT NO CHANGE NOT APPLICABLE 2. Dollars ($ L79 3. ADD-A) DEDUCT calendar days to adjust the Contract Time for thii alternate, 1.5 SUBMISSION OF BID SUPPLEMENT A. Respectfully submitted this A-11bay of &Z,72017. B. Submitted By: (Insert name of bidding firm or corporation). C. Authorized Signature: Handwritten signature). D. Signed By: w� (Type or print name). E. Title: 44 _(Own e r/'Partner/Presi de nt/Vice President). END OF DOCUMENT 004323 004323 - Page 2 of 2 BIDDER'S CHECKLIST Project: Kent Memorial Park Play Area Renovation & Wiffle® Ball Field Installation 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 in full shall result in rejection of bid. cl�( CONTRACTOR'S COMPLIANCE STATEMENT: To be completed and signed by the bidder. g' 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. 1� PROPOSAL SIGNATURE FORM: To be completed and signed by the bidder, dr REQUEST FOR REFERENCES: To be completed by the bidder. +r1 BIDDER RESPONSIBILITY CRITERIA: To be completed and signed by the bidder. �i CONTRACTOR'S QUALIFICATION STATEMENT: To be completed and signed by the bidder, and sworn before a notary public. 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, signed and submitted with the bid. d/ BID BOND: 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: To be completed and signed by the bidder, and sworn before a Notary Public. tS 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. The following forms are to be executed after the Agreement is awarded: ❑ PUBLIC WORKS AGREEMENT: Executed by the successful bidder. ❑ INSURANCE REQUIREMENTS: Successful bidder must provide proof of minimum required coverage with contract ❑ CHANGE ORDER FORM: For use during project if needed ❑ PERFORMANCE BOND/CERTIFICATE AS TO CORPORATE SEAL: To be executed by the successful Bidder and his surety company. The following form is to be executed after completion of the project: ❑ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE: To be executed after completion and prior to acceptance by Owner. Retainage will not be released by Owner until receipt of this Affidavit. .........I 1w Ig ......... 0/0 PROJECT MANUAL KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLEO BALL FIELD INSTALLATION PROJECT ADDRESS: 850 Central Ave. North, Kent, WA 98032 OWNER: City of Kent Parks, Recreation & Community Services 220 4th Avenue South Kent, WA 98032 PROJECT MANAGER: Brian Levenhagen (253) 856-5116, FAX (253) 856-6050 BJLevenhagen@KentWA.gov JULIE PARASCONDOLA, CPRP DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES • KENT WASHINGTON CITY OF KENT KING COUNTY, WASHINGTON KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLEO BALL FIELD INSTALLATION BIDS ACCEPTED UNTIL: Thursday December 14, 2017 1:30 P.M. BID OPENING: Immediately Following Kent City Hall, Council Chambers, First Floor DELIVER TO: City Clerk's Office, Kent City Hall, First Floor 220 4th Avenue South, Kent, Washington 98032 JULIE PARASCONDOLA, CPRP DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES • KENT W A S M I N O T O N KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE8 BALL FIELD INSTALLATION Project Address: 850 Central Ave. North Kent, Washington 98032 DIRECTIONS from Hwy. 167 (North and South): Take the exit for CENTRAL AVE/8 4 TH STREET; Go SOUTH onto CENTRAL AVENUE for approximately three-quarters of a mile; Turn LEFT into parking lot. 1310yer �� rings Brwhes 0 A W) 10 Ndc:ibmck Aparl rn,?W a Boy, y:Nj'W Avonuo Nodh T, I i"n 1 24 A S? Mill Croek Middk School INVITATION TO BID Notice is hereby given that the City of Kent, Washington, wil] receive sealed bids at the City Clerk's office through Thursday, December 14, 2017 up to 1:30 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4 th 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: Kent Memorial Park Play Area Renovation & WifflleO Ball Field Installation The project consists of renovating a play area (but not installing play equipment), constructing a synthetic turf WiffleO ballfie,ld, installing decorative concrete paving work, installing an irrigation system, and other related work as required and as indicated in the project manual and on the drawings. The Engineer's estimated range for this project is $300,000 to $340,000. Bid documents may be obtained at www.kentwa.govZprocurement, An optional pre-bid meeting will be held at 9:00 a.m. on Thursday November 30, 2017 on site at Kent Memorial Park, 850 Central Ave. North, 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 4 1h Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. The City of Kent reserves, the right to reject any and all bids on any or all schedules or alternated or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory, and responsible bidder and shall be the sole judge thereof. No pleas of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 16th day of November, 2017. KIMBERL Y-'A. KOMOtO, b—ty—Ifflerk [Published in the Daily Journal of Commerce on November 16 and November 30, 2017] I. DIVISION 0 - SAMPLE FORMS KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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) Page 1 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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. Page 2 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS BASE BID: Project 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 P1 an t-76a�P]ce- U! e On P t,'� ini un�N it tic ". ....... 1 LS 2 1 LS 3 1 LS 4 1 LS 5 1 LS 6 1 LS 7 1 LS 8 1 LS 9 1 LS 10 1 LS 11 1 LS 12 1 LS Bid Amount in Words Total Sum Bid Items I through 12 $ Washington State Sales Tax 10% $ Bid Amount in Words: Page 3 of 3O Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS 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: Page 4 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 45 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 BIDDER BY: Signature (Print Name and Title) Address Page 5 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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: Page 6 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 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. Page 7 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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. Page 8 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 BtD. 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). Page 9 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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? Page 10 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid Opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. Page it of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS 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 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: Page 12 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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: Project Name Here Project Number: 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 Page 13 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: Project 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 Page 14 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 $ Page 15 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 PR03ECT 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: Page 16 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: Page 17 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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. Page 18 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 45 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. Page 22 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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. Page 23 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS CITY OF KENT BY: SUZETTE COOKE, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: Page 24 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS 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 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Page 25 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS EXHIBIT A (Continued) 2. 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 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. Page 26 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS EXHIBIT A (Continued) G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Page 27 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 $ Page 19 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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: Page 20 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION DIVISION 0 SAMPLE DOCUMENTS APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [in this field,you may enter the electrons:@lepath where the contract has been saved) Page 21 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 PROJECT NAME HERE (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. Page 28 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 Page 29 of 30 Sample Required Bidding Documents KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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: Page 30 of 30 Sample Required Bidding Documents BIDDER'S CHECKLIST Project: Kent Memorial Park Play Area Renovation & Wiffle® Ball Field Installation 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 in full shall result in rejection of bid. ❑ CONTRACTOR'S COMPLIANCE STATEMENT: To be completed and signed by the bidder. ❑ 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. ❑ PROPOSAL SIGNATURE FORM: To be completed and signed by the bidder. ❑ REQUEST FOR REFERENCES: To be completed by the bidder. ❑ BIDDER RESPONSIBILITY CRITERIA: To be completed and signed by the bidder. ❑ CONTRACTOR'S QUALIFICATION STATEMENT: To be completed and signed by the bidder, and sworn before a notary public. ❑ 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, signed and submitted with the bid. ❑ BID BOND: 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: To be completed and signed by the bidder, 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. The following forms are to be executed after the Agreement is awarded: ❑ PUBLIC WORKS AGREEMENT: Executed by the successful bidder. ❑ INSURANCE REQUIREMENTS: Successful bidder must provide proof of minimum required coverage with contract o CHANGE ORDER FORM: For use during project if needed ❑ PERFORMANCE BOND/CERTIFICATE AS TO CORPORATE SEAL: To be executed by the successful Bidder and his surety company. The following form is to be executed after completion of the proiect: ❑ 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. II. DIVISION 1-33 - TECHNICAL SPECIFICATIONS Kent Memorial Park SECTION 011000 Bid Documents SUMMARY November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 12 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Work by Owner_ 4. Owner-furnished products. 5_ Access to site. 6_ Work restrictions. 7_ Specification and drawing conventions. 8_ Miscellaneous provisions. B. Related Requirements: 1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: Kent Memorial Park. 1. Project Location: 850 Central Avenue North, Kent,Washington 98032. B. Owner: City of Kent Parks, Recreation and Community Services. 1. Owner's Representative: Brian Levenhagen, Park Planner, 220 Fourth Avenue South, Kent,WA 98032, (253)856-5116, Fax (253)856-6050_ 2. Landscape Architect/Prime Consultant: Site Workshop LLC. a. Project Contact: Aubrey Weeks, 222 Etruria Street #200, Seattle, WA 98109, (206)285-3026. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. PHASE 1: Work includes site preparation (site fencing, tree protection, and erosion control) and grading, new play area curbing/access ramps/underdrainage, concrete 011000- Page 1 of 3 Kent Memorial Park SECTION 011000 Bid Documents SUMMARY November 2017 paving, specialty concrete finishing, ADA curb ramp/parking lot striping, irrigation, and underdrainage piping/outfalls. 2. PHASE 2: Work includes synthetic turf whiffleball field with underdrainage, fencing, and adjacent concrete paving. B. Type of Contract: 1. Each Project phase will be constructed under a prime contract. 1.5 WORK BY OWNER A. General: Cooperate fully with Owner so work may be carried out smoothly, without interfering with or delaying work under this Contract or work by Owner. Coordinate the Work of this Contract with work performed by Owner. B. Preceding Work: Owner will perform the following construction operations at Project site. Those operations are scheduled to be substantially complete before work under this Contract begins. 1. Site clearing including demolition of existing playground equipment, curbs, and surfacing. 2. Removal of existing trees as indicated on plans. C. Subsequent Work: Owner will perform the following additional work at site after Substantial Completion. Completion of that work will depend on successful completion of preparatory work under this Contract. 1. Furnish and install playground equipment and footings. 2. Furnish and install playground protective surfacing (engineered wood fiber) and filter fabric; Playground underdrainage and drain rock furnished and installed by Contractor. 3. Furnish and install seating, tables, bicycle racks, and trash receptacles. 4. Furnish and install turf at surface restoration areas and trees. 1.6 ACCESS TO SITE A. General: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project. B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. C. Public Access to Adjacent Fields: Contractor shall allow public access to fields 2 and 3 at Kent Memorial Park for scheduled of special events, as well as drop-in use. 1.7 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 011000- Page 2 of 3 Kent Memorial Park SECTION 011000 Bid Documents SUMMARY November 2017 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise indicated. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard and scheduled on Drawings. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. PART 2 -PRODUCTS (Not Used) PART 3- EXECUTION (Not Used) END OF SECTION 011000- Page 3 of 3 Kent Memorial Park SECTION 012500 Bid Documents SUBSTITUTION PROCEDURES November 2017 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use form acceptable to Owner. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. 012500- Page 1 of 3 Kent Memorial Park SECTION 012500 Bid Documents SUBSTITUTION PROCEDURES November 2017 e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. j. Cost information, including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. I. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor through Owner Project Manager of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 012500- Page 2 of 3 Kent Memorial Park SECTION 012500 Bid Documents SUBSTITUTION PROCEDURES November 2017 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. C. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution is compatible with other portions of the Work. e. Requested substitution provides specified warranty. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 60 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of Architect. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. C. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Substitution request is fully documented and properly submitted. e. Requested substitution will not adversely affect Contractor's construction schedule. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution provides specified warranty. PART 3- EXECUTION (Not Used) END OF SECTION 012500- Page 3 of 3 Kent Memorial Park SECTION 013100 Bid Documents PROJECT MANAGEMENT AND COORDINATION November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General coordination procedures. 2. Requests for Information (RFIs). 3. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Section 017300 "Execution" for procedures for coordinating general installation and field- engineering services, including establishment of benchmarks and control points. 2. Section 017700 "Closeout Procedures"for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s)covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 7 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate 013100- Page 1 of 7 Kent Memorial Park SECTION 013100 Bid Documents PROJECT MANAGEMENT AND COORDINATION November 2017 construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in 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 ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. C. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. 1.6 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number_ 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number, numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs, as appropriate. 9. Drawing number and detail references, as appropriate. 10. Field dimensions and conditions, as appropriate. 013100- Page 2 of 7 Kent Memorial Park SECTION 013100 Bid Documents PROJECT MANAGEMENT AND COORDINATION November 2017 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. RFI Forms: Software-generated form with substantially the same content as indicated above, acceptable to Architect. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following Contractor-generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 012600"Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 7 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Include the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. 013100 - Page 3 of 7 Kent Memorial Park SECTION 013100 Bid Documents PROJECT MANAGEMENT AND COORDINATION November 2017 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 2. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner, and Architect, within three days of the meeting. B. Pre-Bid Meeting: A pre-bid meeting will be conducted on Tuesday, April 11, 2017 at 3pm at Kent Memorial Park Shelter for all prospective bidders. C. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long-lead items. d. Designation of key personnel and their duties. e. Lines of communications. f. Procedures for processing field decisions and Change Orders. g. Procedures for RFIs. h. Procedures for testing and inspecting. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. I. Sustainable design requirements. M. Preparation of record documents. n. Use of the premises. o. Work restrictions. p. Working hours. q. Owner's occupancy requirements. r. Responsibility for temporary facilities and controls. S. Procedures for moisture and mold control. t. Procedures for disruptions and shutdowns. U. Construction waste management and recycling. V. Parking availability. 013100 - Page 4 of 7 Kent Memorial Park SECTION 013100 Bid Documents PROJECT MANAGEMENT AND COORDINATION November 2017 W. Office, work, and storage areas. X. Equipment deliveries and priorities. Y. First aid. Z. Security. aa. Progress cleaning. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. D. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators 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 Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. C. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Sustainable design requirements. i. Review of mockups. j. Possible conflicts. k. Compatibility requirements. I. Time schedules. M. Weather limitations. n. Manufacturer's written instructions. o. Warranty requirements. p. Compatibility of materials. q. Acceptability of substrates. r. Temporary facilities and controls. S. Space and access limitations. t. Regulations of authorities having jurisdiction. U. Testing and inspecting requirements. V. Installation procedures. W. Coordination with other work. X. Required performance results. Y. Protection of adjacent work. Z. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. 013100 - Page 5 of 7 Kent Memorial Park SECTION 013100 Bid Documents PROJECT MANAGEMENT AND COORDINATION November 2017 E. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than 30 days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout, including the following: a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Submittal of written warranties. d. Requirements for preparing operations and maintenance data. e. Requirements for delivery of material samples, attic stock, and spare parts. f. Requirements for demonstration and training. g. Preparation of Contractor's punch list. h. Procedures for processing Applications for Payment at Substantial Completion and for final payment. i. Submittal procedures. j. Coordination of separate contracts. k. Owner's partial occupancy requirements. I. Installation of Owner's furniture, fixtures, and equipment. M. Responsibility for removing temporary facilities and controls. 4. Minutes: Entity conducting meeting will record and distribute meeting minutes. F. Progress Meetings: Conduct weekly intervals. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner, and Architect, each contractor, subcontractor, supplier, and 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 meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 013100 - Page 6 of 7 Kent Memorial Park SECTION 013100 Bid Documents PROJECT MANAGEMENT AND COORDINATION November 2017 1) Interface requirements. 2) Sequence of operations. 3) Resolution of BIM component conflicts. 4) Status of submittals. 5) Status of sustainable design documentation. 6) Deliveries. 7) Off-site fabrication. 8) Access. 9) Site utilization. 10) Temporary facilities and controls. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) Status of RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 013100- Page 7 of 7 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. 1.3 DEFINITIONS A. Action Submittals:Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as"action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." 1.4 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. C. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. h. Scheduled dates for purchasing. i. Scheduled dates for installation. j. Activity or event number. 013300- Page 1 of 8 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will be provided by Architect for Contractor's use in preparing submittals. 1. Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Digital Drawing Software Program: The Contract Drawings are available in AutoCAD. C. Contractor shall execute a data licensing agreement in the form of Agreement form acceptable to Owner and Architect. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. 4. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants, allow 15 days for review of each submittal. Submittal will be returned to Architect, before being returned to Contractor. D. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 013300 - Page 2 of 8 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: a. Project name. b. Date. C. Name and address of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Names of subcontractor, manufacturer, and supplier. h. Category and type of submittal. i. Submittal purpose and description. j. Specification Section number and title. k. Specification paragraph number or drawing designation and generic name for each of multiple items. I. Drawing number and detail references, as appropriate. M. Location(s)where product is to be installed, as appropriate. n. Related physical samples submitted directly. o. Indication of full or partial submittal. p. Transmittal number. q. Submittal and transmittal distribution record. r. Other necessary identification. S. Remarks. E. Options: Identify options requiring selection by Architect. F. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. I. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART 2 - PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Submit electronic submittals via email as PDF electronic files. 013300- Page 3 of 8 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. C. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal based on Architect's digital data drawing files is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 30 by 42 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of applicable Specification Section. 013300- Page 4 of 8 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 e. Specification paragraph number and generic name of each item. 3. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 5. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 6. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain two Sample sets; remainder will be returned. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. E. Coordination Drawing Submittals: Comply with requirements specified in General and Supplementary Conditions, WSDOT/APWA Special Provisions, and Section 013100 "Project Management and Coordination." F. Contractor's Construction Schedule: Comply with requirements specified in General and Supplementary Conditions, WSDOT/APWA Special Provisions. G. Application for Payment and Schedule of Values: Comply with requirements specified in General and Supplementary Conditions, WSDOT/APWA Special Provisions. H. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000"Quality Requirements." I. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in General and Supplementary Conditions, WSDOT/APWA Special Provisions, and Section 017700 "Closeout Procedures." J. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. K. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure 013300-Page 5 of 8 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. L. Insert definition of Contractor certificates here if required by individual Specification Sections. See Evaluations. M. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. N. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. O. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. P. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. Q. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. R. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. S. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. T. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. U. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. V. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. W. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. 013300- Page 6 of 8 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. 2.2 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated- 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF electronic file and three paper copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3- EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may be returned by the Architect without action. 013300- Page 7 of 8 Kent Memorial Park SECTION 013300 Bid Documents SUBMITTAL PROCEDURES November 2017 END OF SECTION 013300-Page 8 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and -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 tests, inspections, and related actions do not limit Contractor's other quality- assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. 4. Specific test and inspection requirements are not specified in this Section. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect. C. Mockups: Full-size physical assemblies that are constructed on-site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Laboratory Mockups: Full-size physical assemblies constructed at testing facility to verify performance characteristics. 2. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on Project site, consisting of multiple products, assemblies, and subassemblies. 014000- Page 1 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 3. Room Mockups: Mockups of typical interior spaces complete with wall, floor, and ceiling finishes, doors, windows, millwork, casework, specialties, furnishings and equipment, and lighting. D. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. F. Source Quality-Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. G. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. 1. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Use of trade-specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). J. Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 INFORMATIONAL SUBMITTALS A. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance"Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. B. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 014000 - Page 2 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service. 1.6 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 014000- Page 3 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 4. Statement whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases,jurisdictional settlements, notices, receipts for fee payments,judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.7 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar in material, design, and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329; and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of 014000- Page 4 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 manufacturer's products that are similar in material, design, and extent to those indicated for this Project. J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. C. When testing is complete, remove test specimens; do not reuse products on Project. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. K. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven days for initial review and each re-review of each mockup. 6. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 7. Demolish and remove mockups when directed unless otherwise indicated. 1.8 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Payment for these services will be made from testing and inspecting allowances, as authorized by Change Orders. 3. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. 014000-Page 5 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality-control activities required to verify that the Work complies with requirements, whether specified or not. 1. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether specified or not. 2. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures." D. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. E. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. F. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality- control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. G. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify 014000- Page 6 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality- control services required by the Contract Documents. Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses. 1. Distribution: Distribute schedule to Owner, Architect, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2- PRODUCTS (Not Used) PART 3- EXECUTION 3.1 ACCEPTABLE TESTING AGENCIES A. Owner will provide list of acceptable testing agencies upon request. 3.2 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.3 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 014000- Page 7 of 8 Kent Memorial Park SECTION 014000 Bid Documents QUALITY REQUIREMENTS November 2017 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 014000- Page 8 of 8 Kent Memorial Park SECTION 014200 Bid Documents REFERENCES November 2017 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized,""selected,""required," and "permitted" have the same meaning as"directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled,"and "specified" have the same meaning as"indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 014200- Page 1 of 2 Kent Memorial Park SECTION 014200 Bid Documents REFERENCES November 2017 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." PART 2 - PRODUCTS (Not Used) PART 3- EXECUTION (Not Used) END OF SECTION 014200- Page 2 of 2 Kent Memorial Park SECTION 015000 Bid Documents TEMPORARY FACILITIES AND CONTROLS November 2017 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary"for work restrictions and limitations on utility interruptions. 2. Section 321313 "Concrete Paving" for construction and maintenance of cement concrete pavement for temporary roads and paved areas. 1.3 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect, testing agencies, and authorities having jurisdiction. B. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C. Electric Power Service from Existing System: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.4 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Erosion- and Sedimentation-Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. 015000- Page 1 of 5 Kent Memorial Park SECTION 015000 Bid Documents TEMPORARY FACILITIES AND CONTROLS November 2017 B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC/ANSI A117.1. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART2 - PRODUCTS 2.1 MATERIALS A. Portable Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.8-mm-) thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized-steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top and bottom rails. Provide concrete or galvanized-steel bases for supporting posts. 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 015000- Page 2 of 5 Kent Memorial Park SECTION 015000 Bid Documents TEMPORARY FACILITIES AND CONTROLS November 2017 1. Locate facilities to limit site disturbance as specified in Section 011000 "Summary." B. Provide each facility ready for use when needed to avoid delay. 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: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. C. Sanitary Facilities: Use of Owner's existing toilet facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. D. Electric Power Service: Connect temporary service to Owner's existing power source, as directed by Owner. 3.3 SUPPORT FACILITIES INSTALLATION A. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. B. Parking: Use designated areas of Owner's existing parking areas for construction personnel. C. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as indicated on Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. E. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. 015000- Page 3 of 5 Kent Memorial Park SECTION 015000 Bid Documents TEMPORARY FACILITIES AND CONTROLS November 2017 F. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment"and not temporary facilities. 3.4 PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Section 011000 "Summary." C. Temporary Erosion and Sedimentation Control: Comply with requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent and requirements specified in Section 311000"Site Clearing." D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Tree and Plant Protection: Comply with requirements specified in Section 015639 "Temporary Tree and Plant Protection." F. Site Enclosure Fence: Prior to commencing earthwork, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Furnish one set of keys to Owner. G. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. H. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 015000- Page 4 of 5 Kent Memorial Park SECTION 015000 Bid Documents TEMPORARY FACILITIES AND CONTROLS November 2017 1, Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Operate Project-identification-sign lighting daily from dusk until 12:00 midnight. D. Temporary Facility Changeover Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. E. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been 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 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 property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary roads and paved areas not intended for or acceptable for integration into permanent construction. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000-Page 5 of 5 Kent Memorial Park SECTION 015639 Bid Documents TEMPORARY TREE AND PLANT PROTECTION November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Work of this Section consists of the protection, trimming, and maintenance of existing trees, shrubs, and groundcover that interfere with or are affected by execution of the Work, whether temporary or permanent construction. B. Related Documents and Sections: Examine Contract Documents for requirements that directly affect or are affected by Work of this Section. A list of those Documents and Sections include, but is not limited to the following: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and General Requirements, DIVISION 01 Specification Sections. 2. Section 011000"Summary"for limits placed on Contractor's use of the site. 3. Section 015000 "Temporary Facilities and Controls". 1.3 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning trees to remain that interfere with or are affected by construction. C. Qualification Data: For tree service firm and arborist. D. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. E. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. 1.5 QUALITY ASSURANCE A. Field review all trees and plants to be protected that have been tagged or designated by Architect. Plants to protect will be indicated on the Drawings. B. Before tree protection and trimming operations begin, meet with representatives of authorities having jurisdiction, Owner, Architect, consultants, and other concerned entities to review tree protection and trimming procedures and responsibilities. 015639- Page 1 of 5 Kent Memorial Park SECTION 015639 Bid Documents TEMPORARY TREE AND PLANT PROTECTION November 2017 C. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of tree protection and trimming. D. Arborist Qualifications: An arborist certified by ISA or licensed in the jurisdiction where Project is located. Engage arborist prior to commencement of demolition work. E. Tree Pruning Standard: Comply with ANSI A300 (Part 1), "Tree, Shrub, and Other Woody Plant Maintenance--Standard Practices (Pruning)." F. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination. PART 2 - PRODUCTS 2.1 MATERIALS A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a 3/4-inch sieve. B. Planting Soil: Refer to Section 329000"Landscape"and Section 329310"Soil Preparation". C. Filter Fabric: Manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. Mirafi N-Series or Approved Equal. D. Chain-Link Fence: Metallic-coated steel chain-link fence fabric of 0.120-inch-diameter wire; a minimum of 6 feet high; with 1.9-inch-diameter line posts; 2-3/8-inch-diameter terminal and corner posts; 1-5/8-inch diameter top rail; and 0.177-inch-diameter bottom tension wire; with tie wires, hog ring ties, and other accessories for a complete fence system. E. Treatment Materials: 1. Anti-dessicant: 'Wiltpruf as manufactured by Wiltpruf Products, Inc. P.O. Box 4280, Greenwich, CT 06830, (203) 531-4740, or equal. 2. Hog fuel: wood chips free of non-wood material. 3. Wetting Agent: PHC BioPakTM with Yuccah TM. PART 3- EXECUTION 3.1 PREPARATION A. Temporary Fencing: Install temporary fencing around tree protection zones to protect remaining trees and vegetation from construction damage. Refer to tree protection details for fence location requirements. Review fence locations with Owner and Arborist prior to installation. Maintain temporary fence and remove when construction is complete. 1. Install chain-link fence according to ASTM F 567 and manufacturer's written instructions. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. 015639-Page 2 of 5 Kent Memorial Park SECTION 015639 Bid Documents TEMPORARY TREE AND PLANT PROTECTION November 2017 C. Where clearing and grubbing has been directed within tree protection zones, place 4-to 6- inch thick layer of mulch within drip line of trees to remain. 1. Do not place mulch over existing vegetation in tree protection zones that have not been cleared and grubbed. 2. Do not place mulch within 6 inches of tree trunks. 3. Mulch to be wood chips created from clearing and grubbing operation, hog fuel, or as approved. D. Maintain tree protection zones free of weeds and trash. E. Do not allow fires within tree protection zones. 3.2 WORK WITHIN DRIPLINE A. Where work must occur within the tree protection zone, the Contractor shall employ all methods to minimize adverse impact to these existing trees including limbs and roots. These methods include but are not limited to: 1. Temporary chain link construction fencing. 2. Temporary tie-up of low limbs. 3. Application of a 4-to 6-inch thick layer of mulch (or wood chips salvaged from clearing and grubbing operations)within the drip-line of trees. 4. Timber or steel planking for protection of surface roots from Equipment. 5. Tree root pruning or other tree root treatment as directed by the Engineer and/or Urban Forester. B. The Contractor shall notify the Landscape Architect of any construction work within the drip- line of trees at least(5)Working Days before the scheduled activity. C. No storage of equipment or materials shall be allowed within the dripline of trees not designated for removal. Steel planking, or timber planking made of 4-inch thick material, each plank covering a minimum of 8 square feet, shall be used to support backhoe and other Equipment stabilizers when set within the drip-line of a tree to remain. D. Pavement removal and placement operations that occur within the dripline shall be reviewed, approved, and performed under the supervision of Arborist. 3.3 EXCAVATION AROUND TREES A. Where trenching for utilities is required within drip line, tunnel under or around roots by hand digging. Do not cut main lateral roots or tap roots. The Contractor shall notify the Owner's representative prior to cutting roots over 3/4" in diameter. Certified arborist shall cut roots larger than 3/4". Contractor may be allowed to prune roots with approval and direction from certified arborist. B. Do not leave roots exposed to sun or drying for more than 24 hours. Protect all exposed roots with moist soil backfill as soon as possible. C. Where excavating for new construction is required within drip line of tree, excavate by hand to minimize damage to roots and perform as follows: 1. Use narrow tine spading forks and comb soil to expose roots. 2. If main lateral roots are immediately adjacent to location of new construction cut roots three (3) inches from new construction. 3. Do not allow exposed roots to dry out before permanent backfill is placed. 4. Provide temporary earth cover, or pack with peat moss and wrap with burlap. 015639-Page 3 of 5 Kent Memorial Park SECTION 015639 Bid Documents TEMPORARY TREE AND PLANT PROTECTION November 2017 5. Water and maintain in moist condition until covered with backfill. D. Air spading 1. Engage a certified arborist to air spade. Air spade to create planting pockets for new understory plantings. Coordinate number of pockets with quantity of plants to be installed per planting plan. 2. Backfill with imported topsoil per Soils specification. 3.4 REGRADING A. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by Arborist. 1. Root Pruning: Prune tree roots exposed during grade lowering. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots with sharp pruning instruments; do not break or chop. B. Minor Fill: Where existing grade is 6 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. 3.5 TRIMMING OF EXISTING TREES A. General: Engage a qualified arborist to selectively remove branches from trees. Do not prune unless approved and directed by the Owner's representative. B. Pruning: Cut branches with sharp pruning instruments and do no break or chop. Prune to outside edge of branch collar per ANSI pruning standards. 3.6 TREE REPAIR AND REPLACEMENT A. Plant material protected within fencing that becomes damaged or dies shall be replaced with plant material of the same species and equal size. B. Contractor to engage and pay for a certified and licensed arborist to perform tree repair work damaged by construction operations. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees. C. Damaged and destroyed trees which cannot be replaced shall be paid for at the rate of $50.00 per square inch of cross sectional area measured three(3) feet above existing grade for trees up to and including six(6) inch caliper. This amount shall be credited to the Owner. Remove any damaged and destroyed trees from the site as determined by the arborist to be incapable of restoration to a normal growth pattern. Grub stumps and repair the ground surface. All costs shall be borne by the Contractor. D. Replacement plants shall be in good health and approved by Owner before installation. 3.7 IRRIGATION OF TREES DURING CONSTRUCTION A. Ensure trees are irrigated during construction to maintain health of the tree. B. Contractor to establish temporary automatic irrigation system. Temporary system may tie into adjacent Owner irrigation mainlines. System to be"Design Build" and shall operate through the duration of construction. 015639- Page 4 of 5 Kent Memorial Park SECTION 015639 Bid Documents TEMPORARY TREE AND PLANT PROTECTION November 2017 C. Water trees deeply at regular intervals and a minimum of once every two weeks during the growing season (March through October). The water should penetrate the soil to a depth of at least six(6) inches. D. Take necessary precautions to prevent over-watering, excessive runoff, and erosion from occurring. E. Do not irrigate if specified irrigation requirements occur naturally through rainfall. END OF SECTION 015639- Page 5 of 5 Kent Memorial Park SECTION 017700 Bid Documents CLOSEOUT PROCEDURES November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. 1.3 ACTION SUBMITTALS A. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. B. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 017700- Page 1 of 5 Kent Memorial Park SECTION 017700 Bid Documents CLOSEOUT PROCEDURES November 2017 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Architect. Label with manufacturer's name and model number where applicable. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. Obtain Architect's signature for receipt of submittals. 5. Submit test/adjust/balance records. 6. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements. 2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Perform preventive maintenance on equipment used prior to Substantial Completion. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. 6. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 7. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. S. Complete final cleaning requirements, including touchup painting. 9. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.7 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Section 012900"Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed 017700 - Page 2 of 5 Kent Memorial Park SECTION 017700 Bid Documents CLOSEOUT PROCEDURES November 2017 and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Water feature operation and maintenance classes for water feature shall be provided prior to Final Completion. C. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.8 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction 1. Organize list of spaces in sequential order. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. PDF electronic file. Architect will return annotated file. 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-112-by-11-inch (215-by-280-mm) paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or 017700 - Page 3 of 5 Kent Memorial Park SECTION 017700 Bid Documents CLOSEOUT PROCEDURES November 2017 installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title 'WARRANTIES," Project name, and name of Contractor. 4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances.Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. 017700- Page 4 of 5 Kent Memorial Park SECTION 017700 Bid Documents CLOSEOUT PROCEDURES November 2017 i. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. j. Remove labels that are not permanent. k. Wipe surfaces of mechanical and electrical equipment and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. I. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. M. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. n. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. o. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. p. Leave Project clean and ready for occupancy. C. Construction Waste Disposal: Comply with waste disposal requirements in Section 015000 "Temporary Facilities and Controls" and Section 017419"Construction Waste Management and Disposal". 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. 1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other damaged transparent materials. 2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. a. Do not paint over"UL"and other required labels and identification, including mechanical and electrical nameplates. Remove paint applied to required labels and identification. 3. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 4. Replace burned-out bulbs, bulbs noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures_ END OF SECTION 017700- Page 5 of 5 Kent Memorial Park SECTION 033000 Bid Documents CAST-IN-PLACE CONCRETE November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes cast-in-place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. B. Related Sections: 1. Section 322000 "Site Concrete Finishes"for finishes/color for concrete pavement. 2. Section 321313 "Concrete Pavement"for concrete pavement, walks, and curbs. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. C. Formwork Layout Shop Drawings. 1. Indicate proposed construction joints required to construct the structure. D. Other Action Submittal: 1. Design Mixtures: For each concrete mixture. 1.4 QUALITY ASSURANCE A. Concrete Work: Concrete work, where indicated, shall be exposed, as finished. Special care must be taken to provide specified, finished surfaces without gravel pockets or other defacements. B. Special Inspection: Notify the Owner Project Manager at least 48 hours before placing concrete. Inspection of forms will be required. C. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready- mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 033000- Page 1 of 6 Kent Memorial Park SECTION 033000 Bid Documents CAST-IN-PLACE CONCRETE November 2017 D. Comply with the following sections of ACI 301 (ACI 301 M), unless modified by requirements in the Contract Documents: 1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. 'Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing." E. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." PART 2 - PRODUCTS 2.1 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301 (ACI 301 M). B. Footings, Walls, and Concrete Slabs: Fabricate forms of MDO plywood, metal, or plastic as judged best suited for shapes. Construct with minimum of joints, sufficiently tight to prevent leakage. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass-fiber-reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. D. Refer to Section 322000"Site Concrete Finishes" for Form liner. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. B. Plain-Steel Wire: ASTM A 82/A 82M, as drawn. 2.3 CONCRETE MATERIALS A. Aggregate: ASTM C 33-86. 1. Fine Aggregates: Fine Aggregates shall consist of sand or other inert materials, or combinations thereof, having hard, strong, durable particles free from an adherent coating. Fine aggregate shall be washed thoroughly to remove clay, loam, alkali, organic matter, or other deleterious matter. Fine aggregate particle gradation is as follows: Sieve Size % Passing #4 95-100 #8 68-86 #16 47-65 #30 27-42 #50 9-20 #100 0-7 #200 0-2 033000- Page 2 of 6 Kent Memorial Park SECTION 033000 Bid Documents CAST-IN-PLACE CONCRETE November 2017 2. Coarse Aggregates: Coarse Aggregate shall consist of gravel, crushed stone, or other inert material or combination thereof having hard, strong, and durable pieces free from adherent coatings. Coarse aggregate shall be washed to thoroughly remove clay, silt, bark, sticks, alkali, organic matter, or other deleterious material. Coarse aggregate particle gradation is as follows: Sieve Size % Passing 1-1/2"Sq. 100 3/4" Sq. 80— 100 3/8" Sq. 10—40 #4 0-4 #200 0-0.5 B. Cements: 1. Provide cements obtained from same source or of same brand for concrete in same element or portion of the work. 2. Standard Portland Cement: Columbia, Ideal, Kaiser, Lone Star, or approved. Standard gray Portland cement, ASTM C150-86; uses type 1 or type II. C. Cementitious Materials: Fly ash, ASTM C618 type F, except that the maximum allowable loss on ignition shall be 0.75%. Use for all concrete. D. Water: ASTM C 94/C 94M. 2.4 ADMIXTURES A. Color Admixture: Refer to Section 322000"Site Concrete Finishes". B. Air-Entraining Admixture: ASTM C 260. C. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 2.5 BONDING AGENTS A. Bonding Agents as required. B. Primers and Sealers: As recommended by the adhesive and bonding agent manufacturers. 2.6 CURING MATERIALS A. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. B. Water: Potable. 033000- Page 3 of 6 Kent Memorial Park SECTION 033000 Bid Documents CAST-IN-PLACE CONCRETE November 2017 2.7 CONCRETE MIXTURES A. Comply with ACI 301 (ACI 301 M) requirements for concrete mixtures. B. Concrete mix Type 1 (site walls, stairs, curbs, and associated footings)shall be Class 6 Cement Concrete, characteristics as follows: 1. 28-day compressive strength 3,000 psi 2. Sacks Cement (6) per Cubic Yard 3. Fine Aggregate 203 Ibs per Sack 4. Coarse Aggregate 320 Ibs per Sack 5. Max.Water, Gal./Sack 5.5 6. Slump (inches) 2—3.5 per ASTM C143-78 C. If the Contractor elects not to use the approved design mix, Contractor shall pay for special batch plant inspection costs. 2.8 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94-86, and furnish batch ticket information. 1. When air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3- EXECUTION 3.1 FORMWORK A. Design, construct, erect, brace, and maintain formwork according to ACI 301 (ACI 301 M). 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3.3 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.4 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Locate and install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 033000- Page 4 of 6 Kent Memorial Park SECTION 033000 Bid Documents CAST-IN-PLACE CONCRETE November 2017 3.5 CONCRETE PLACEMENT A. Comply with ACI 301 (ACI 301M) for placing concrete. B. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301 (ACI 301 M). C. Do not add water to concrete during delivery, at Project site, or during placement. D. Consolidate concrete with mechanical vibrating equipment. E. Equipment Bases and Foundations: 1. Coordinate sizes and locations of concrete bases with actual equipment provided. 2. For supported equipment, install epoxy-coated anchor bolts that extend through concrete base, and anchor into structural concrete substrate. 3. Prior to pouring concrete, place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Cast anchor-bolt insert into bases. Install anchor bolts to elevations required for proper attachment to supported equipment. 3.6 FINISHING FORMED SURFACES A. Refer to Section 322000"Site Concrete Finishes"for concrete exposed to view. B. Rough Form Finish: Provide for surface of walls and footings below grade. This is the concrete surface having texture imparted by form facing material use with tie holes and defective areas repaired and patched and fins and other projections exceeding %4-inch in height rubbed down or chipped off. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.7 FINISHING UNFORMED SURFACES A. General: Comply with ACI 302.1 R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface. 1. Do not further disturb surfaces before starting finishing operations. 3.8 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with ACI 301 (ACI 301 M) for hot-weather protection during curing. 033000- Page 5 of 6 Kent Memorial Park SECTION 033000 Bid Documents CAST-IN-PLACE CONCRETE November 2017 B. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. C. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods: 1. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3.9 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION 033000- Page 6 of 6 Kent Memorial Park SECTION 321313 Bid Documents CONCRETE PAVING November 2017 PART 1 -GENERAL 1.1 Description: Furnish all material, labor, services and related items required to complete concrete paving work indicated on drawings and/or specifications. The items of work to be performed shall include but are not necessarily limited to: A. Concrete flatwork, slabs, sidewalks, curbs, ramps, and associated work. 1.2 Related Sections: A. Section 322000 'Site Concrete Finishes'. 1.3 References: This section references the latest revisions of the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. Other references are as follows: A. American Association of State Highway and Transportation Officials (AASHTO) "Stand- ard Specifications for Highway Materials and Methods of Sampling and Testing" 1.4 Submittals: The Contractor shall submit to the Engineer materials containing the following infor- mation: A. Procedures to be used in the construction under this Section with regard to the division of labor and the responsibilities of the Contractor and all sub-contractors involved. B. Furnish samples, manufacturer's product data, test reports, and materials certifica- tions for Portland cement products, expansion joint materials, fillers, sealants, etc. C. Provide mock-up of concrete finishes and joints, and sandblasting layouts on a sheet of plywood, minimum 48 inches square. Concrete mock up shall be provided for the Engi- neer's review a minimum of 48 hours in advance of concrete delivery. D. Sample Panels-See Section 013300: 1. Provide samples of tooled jointing as follows: a. Make each sample panel at least at full depth (at least 2"thick) and 4'-0 square. b. Submit samples showing tightest achievable radii for tooled jointing. 1.5 Quality Assurance: A. The Contractor shall provide, at the request of the Engineer, original supplier invoices for concrete. Concrete found not to be consistent with these specifications shall be removed from the project site(s) unless otherwise approved by the Engineer. The Engineer may copy the original invoices and then return them to the Contractor in a timely manner. B. Prior to commencing the work of this Section, the Contractor shall verify the accuracy of layout and grading. Verify that all sub-grade and base course aggregate conditions are as specified. Notify the Engineer of any discrepancies and coordinate the correction of those discrepancies with other trades as necessary. C. Notify Engineer a minimum of 48 hours prior to any concrete pour for inspection of base course aggregates, forms, reinforcing steel, and placement of joint materials. Anticipate pours to provide adequate time for inspection without causing delays to other trades. D. Protect all finished work. Vandalized work will be rejected by the Engineer and re- 321313 - Page 1 of 6 Kent Memorial Park SECTION 321313 Bid Documents CONCRETE PAVING November 2017 paired/replaced by the Contractor at their expense, as directed by the Engineer. PART 2-PRODUCTS 2.1 Concrete Mix: Concrete mix shall be Class 5 and have characteristics as follows: 28 day compressive strength 3,000 psi 94#Sacks Cement per Cubic Yard (see"Cement', below) 5 dry Fine Aggregate (Type 2) (see "Aggregates", below) 291 lb. per sack dry Coarse Aggregate(Type 5) (see"Aggregates", below) 387 Ib. per sack Max.Water 6.5 gal, per sack Fiberous Reinforcement 1.5 lb. per CY Slump (per ASTM C143) 2—3.5 inches Integral Color as noted in plans 2.2 Portland Cement: Use only Type II Portland Cement, as specified in AASHTO M 85. 2.3 Aggregates: A. Fine Aggregates shall consist of sand or other inert materials, or combinations thereof, having hard, strong, durable particles, free from an adherent coating. The Fine Aggregate shall be washed thoroughly to remove clay, loam, alkali, organic matter, or other deleteri- ous matter. Mineral Aggregate Type 2 Particle Gradation shall be as follows: Sieve Size % Passing #4 95- 100 #8 68-86 #16 47-65 #30 27-42 #50 9 -20 #100 0-7 #200 (wet) 0-2.5 321313- Page 2 of 6 Kent Memorial Park SECTION 321313 Bid Documents CONCRETE PAVING March 2017 B. Coarse Aggregate shall consist of gravel, crushed stone, or other inert material or combination thereof having hard, strong, and durable pieces free from adherent coat- ings. Coarse Aggregate shall be washed to thoroughly remove clay, silt, bark, sticks, alkali, organic matter, or other deleterious material. Mineral Aggregate Type 5 Particle Gradation shall be as follows: Sieve Size % Passing 1"Square 100 3/4" Square 80 - 100 3/8" Square 10 -40 #4 0-4 #200 0 -0.5 2.4 Forms: Forms shall be made of steel, wood, or other suitable materials and shall be of size and strength to resist movement during concrete placement. Use straight forms, free of de- fects. Use flexible spring steel forms or laminated boards to form curved edges if specified. 2.5 Reinforcement: A. Welded wire mesh to be furnished in flat sheets not rolls, unless otherwise specified or approved. B. Reinforcing bars to be deformed steel bars, ASTM A 615, Grade 60, sized per the Drawings. 2.6 Expansion Joint Materials: A. Joint Filler: Pre-formed non-extruding resilient material; ASTM D1752, Type I, 3/8 inch wide by depth required to bring top surface within 1/2 inch of slab surface. B. Joint Sealer: Self-leveling polyurethane; ASTM C920, Type M, Grade SL, Class 25 (color shall match concrete color). 2.7 Utility Sleeves: Refer to the drawings and details for the locations of sleeves under paving. Sleeves shall be installed prior to placement of paving and shall be done as follows: A. Sleeves required for utility lines located under paving (pathways and service roads within the park site)where vehicles are anticipated, shall be, Schedule 40 PVC or better. The inside diameter(I.D.) of the sleeve shall be twice (2 times) the outside diameter(O.D.)of the inserted pipe with a maximum of one(1) insert pipe per sleeve. All wiring shall be in its own separate Schedule 40 PVC sleeve, independ- ent from the piping sleeves. B. Sleeves under roadways(street rights-of-way, boulevards or parkways) where heavy vehicular traffic is anticipated, refer to Civil drawings. C. All sleeves shall be inspected and approved by the Engineer after forms are set and before paving operations are executed. PART 3 - EXECUTION 321313- Page 3 of 6 Kent Memorial Park SECTION 321313 Bid Documents CONCRETE PAVING March 2017 3.2 Barriers: The Contractor shall erect and maintain barricades, canopies, guards, lights and warning signs to the extent required by law and as is prudent for the protection of the public and protection of the work. 3.3 Form Construction: A. Set forms to required grades and alignments rigidly braced and secured. Install suf- ficient quantity of forms to allow continuous progress of work and so that forms can remain in place at least 24 hours after concrete placement. B. Check completed formwork for grade and alignment to following tolerances: 1. Top of forms not more than 1/8" in 10 feet. 2. Vertical faces, on longitudinal axis, not more than 1/4" in 10 feet. C. Clean forms after each use and coat with form release agent as often as required to ensure separation from concrete without damage. 3.4 Reinforcement: A. Locate and place reinforcement as indicated on the contract drawings. Fiber re- inforcing to be installed per 2.5 above. Support reinforcing steel or wire fabric with pre-cast concrete blocks at spacing that will ensure minimum deflection of the reinforcement. 3.5 Utility Sleeves: A. Pipe trenches located under areas of existing or new paving shall have sleeves in- stalled. Sleeves shall extend 12" beyond the pavement on each side. Trenches shall be back-filled with sand (6 inches above and 4 inches below the pipe)and compacted in layers to 95% compaction, using manual or mechanical tamping de- vices. Trenches for piping shall be compacted to equal the compaction of the exist- ing adjacent undisturbed soil and shall be left in firm unyielding condition. All trench- es shall be left flush with the adjoining grade. The Contractor shall set in place; cap and pressure test all piping under paving prior to paving work. B. All sleeves installed by the Contractor prior to and during the installation of the rest of the irrigation system shall be inspected by the Engineer. 3.6 Concrete Placement: A. Do not place concrete until sub-base, forms, and reinforcement have been checked for line and grade. Moisten sub-base if required to provide a uniform dampened condition at time concrete is placed. B. The concrete shall be placed and spread uniformly between the forms and thoroughly compacted with a steel shod strike-board. C. After the concrete has been thoroughly compacted and leveled, it shall be floated with wood floats and finished at the proper time with a metal float. 321313- Page 4 of 6 Kent Memorial Park SECTION 321313 Bid Documents CONCRETE PAVING March 2017 3.7 Joints: A. Refer to drawings for joint details, locations and types. B. All Joints shall be edged with a quarter-inch (1/4") radius edger, and sidewalk edges with a half-inch (1/2") radius edger or saw cut as directed by the Engineer in the field. C. Expansion Joint placement shall be 10'to 15'spacing (with no more than approx. 200 square feet or pavement between expansion joints), with control joint spacing equal and alternating in between. Provide Joints as shown on the Contract Drawings or as directed by the Engineer in the field. D. Provide Expansion Joints, dividing the concrete areas as indicated on the Drawings: 1. Provide pre-molded 3/8"joint filler for expansion joints abutting concrete curbs, catch basins, manholes, inlets, structures, walks and other fixed objects as applicable or as indicated in the Contract Drawings. 2. Expansion Joints shall be located and placed according to the Contract Draw- ings, and sufficiently supported to ensure final placement perpendicular to the finished surface of the pavement. 3. Extend joint fillers full width and depth of joint and not less than 1/2 inch or more than 1 inch below finished surface where joint sealer is indicated. Fur- nish joint fillers in one-piece lengths for full width being placed,wherever pos- sible. Where more than one length is required, lace or clip joint filler sections together. Protect top edge of joint filler during concrete placement with a met- al or plastic temporary strip. Remove protection after concrete has been placed on both sides of joint before sealant is applied. E. Provide Control Joints, dividing the concrete areas as indicated on the Drawings. 1. Form Control Joints in fresh concrete by grooving top portion with a recommended cutting tool and finishing edges with a jointer. 2. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with grooving tool to a 1/4-inch radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groov- ing-tool marks on concrete surfaces. 3. Control joints shall be %the depth of the slab. 3.8 Concrete Finishing: A. After striking off and consolidating concrete, smooth surface by screening and float- ing. Use hand methods only where mechanical floating is not possible. Adjust float- ing to compact surface irregularities, and refloat repaired area to provide a continu- ous smooth finish. B. After completion of floating and trowelling when excess moisture or surface sheen has disappeared, complete finishing according to Section 322000. 3.9 Curing: Protect and cure finished concrete paving, complying with applicable requirements of the References specified in this Section. Use only pre-approved curing and sealing com- pound or moisture curing method. 321313 - Page 5 of 6 Kent Memorial Park SECTION 321313 Bid Documents CONCRETE PAVING March 2017 3.10 Clean-up: A. Repair and replace broken or defective concrete as directed by the Engineer. B. Protect concrete from damage until acceptance of work. Exclude traffic from pave- ment for at least fourteen (14) days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. C. Sweep concrete pavement and wash free of stains, discoloration, dirt and other foreign material just prior to final inspection. END OF SECTION 321313- Page 6 of 6 Kent Memorial Park SECTION 321723 Bid Documents (PHASE 1) PAVEMENT MARKINGS November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOTIAPWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes painted markings applied to asphalt pavement. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include technical data and tested physical and performance properties. B. Shop Drawings: For pavement markings. 1. Indicate pavement markings, colors, lane separations, defined parking spaces, and dimensions to adjacent work. 2. Indicate, with international symbol of accessibility, spaces allocated for people with disabilities. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Comply with materials, workmanship, and other applicable requirements of City of Edmonds and WSDOT for pavement-marking work. 1. Measurement and payment provisions and safety program submittals included in standard specifications do not apply to this Section. 1.5 FIELD CONDITIONS A. Environmental Limitations: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F (4.4 deg C) for alkyd materials, and not exceeding 95 deg F (35 deg C). PART 2 - PRODUCTS 2.1 PAVEMENT-MARKING PAINT A. Pavement-Marking Paint: MPI #32, alkyd traffic-marking paint. 321723 - Page 1 of 2 Kent Memorial Park SECTION 321723 Bid Documents (PHASE 1) PAVEMENT MARKINGS November 2017 1. Color: White. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that pavement is dry and in suitable condition to begin pavement marking according to manufacturer's written instructions. B. Proceed with pavement marking only after unsatisfactory conditions have been corrected. 3.2 PAVEMENT MARKING A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect. B. Allow paving to age for a minimum of 30 days before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. 3.3 PROTECTING AND CLEANING A. Protect pavement markings from damage and wear during remainder of construction period. B. Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 321723 - Page 2 of 2 Kent Memorial Park SECTION 321813 Bid Documents (PHASE 2) SYNTHETIC GRASS SURFACING November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section includes synthetic grass surfacing. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For synthetic grass surfacing. 1. Include sections and details. 2. Show locations of seams and method of seaming. 3. Show layout of game lines, numbers, and letters. Indicate application method of each line and marking. 4. Show location and layout of team logo/graphics. C. Samples: For each type of synthetic grass surfacing indicated. 1. Outfield/Infield Turf Fabric: 12 inches square. 2. Base Run Turf Fabric: 12 inches square. 3. Base Lines and Bases Turf Fabric: 12 inches long by actual width. 4. Infill Material: 4 oz. of each type. 5. Shock-Attenuation Pad: 12 inches square. 6. Seam Sample: 24 inches square with seam centered in sample. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Test Reports: For each synthetic grass surfacing assembly. C. Field quality-control reports. D. Sample Warranties: For special warranties. 321813- Page 1 of 6 Kent Memorial Park SECTION 321813 Bid Documents(PHASE 2) SYNTHETIC GRASS SURFACING November 2017 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For synthetic grass surfacing, including maintenance cleaning instructions, to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: 1. Installer must provide competent workmen skilled in this type of field installation. The installer shall provide a qualified installation foreman to coordinate and review the component parts of the synthetic grass system. Foreman shall be introduced to Owner or Owner's representative prior to start of construction. 2. Vendor and installer must be IPEMA certified with no less than six completed playground installations. Installer must be competent in the installation of this material, including attachment of seams and proper installation of infill material prior to the start of turf installation. 3. Accessibility of Surface Systems: ASTM 1951 ADA Compliant. Synthetic grass system ensures wheelchair access as required by the Americans with Disabilities Act(ADA). 4. Flammability: Synthetic grass system shall pass all required ASTM D2859 with a flash point of greater than 600 degrees F. It shall be resistant to damage and spreading of ignition in typical exposures such as a lighted cigarette dropped on this surface. 1.8 DELIVERY, STORAGE, AND HANDLING A. Store materials in location and manner to allow installation of synthetic grass surfacing without excess disturbance of granular base. 1.9 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace synthetic grass surfacing that fails in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration and excessive wear. b. Deterioration from UV light. C. Excessive loss of shock attenuation. d. Seam separation, including game lines and markings. 2. Warranty Period: 10 years from date of Substantial Completion. 3. Warranty shall be from a single source covering workmanship and materials. PART 2- PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. All components and their installation method shall be designed and manufactured for use on sports fields. The materials as hereinafter specified shall withstand full climatic exposure in the 321813- Page 2 of 6 Kent Memorial Park SECTION 321813 Bid Documents(PHASE 2) SYNTHETIC GRASS SURFACING November 2017 location, be resistant to insect infestation, rot, fungus, mold, and mildew; It shall also withstand ultra-violet rays and extreme heat; the free flow of water vertically through the playing surface and into the drainage system below the surface. B. The seams of all system components shall provide a permanent, tight, secure, and hazard free playing surface. C. The installed synthetic playground grass and drainage system shall allow for drainage and water flow through the system at a rate of not less than 30 inches per hour. D. At the time of substantial completion, the system's ASTM 1292 rated surface shall have a fall height rating based on design up to 5'. Testing shall be based on ASTM 1292-04. At no time throughout the life of the warranty shall the fall height rating be less than the original design. E. Based on independent laboratory tests, the synthetic grass product must be shown to meet or exceed ASTM testing standards as specified by architect or owner. 2.2 SYNTHETIC GRASS SURFACING A. Synthetic Grass Surfacing: Subject to compliance with requirements, provide the following: 1. Sportgrass Edge XP by Forever Lawn a. Source: Northwest Playground Equipment, Inc. (425-313-9161/425-681-5848), ch ris(5-nwplava rou nd.com b. Pile weight: 48 oz/sy c_ Face yarn type: Polyethylene XP slit film. Secondary: Heat set textured nylon monofilament. d. Yarn count: Primary 8,040/1; Secondary 5,040/2. e. Pile height(Tufted): 1-7/8 inch (finish height may be slightly lower). f. Color—Outfield and Infield: Green g. Color—Base Runs and Pitcher's Mound: Clay h. Color—Base Lines, Bases, and Batter's Boxes:White i. Construction: Broadloom tufted, dual yarn, same row. j. Tufting gauge: 3/8 inch. k. Primary backing: 6.0 oz link 18 pic 1 part(3 components) polypropylene, polyester and fiber backing_ I. Secondary backing: 50 oz/sy urethane. M. Tertiary backing: 3.5 oz/sy geotextile fleece. n. Total product weight: 108 oz/sy(+/-2 oz). o. Finished roll width: 15 feet(4.6 m). p. Finished roll length: Up to 240 feet(73 m). q. Seaming Method: All seams shall be installed and secured with micromechanical bonding. Seams secured with adhesive or stitching alone shall not be acceptable. B. Infill: Subject to compliance with requirements, provide the following: 1. Envirofill by Forever Lawn. C. Safety Surface: 1. Closed-cell playground pad (1.125"). 2. Rated according to ASTM F1292-04 for a minimum height of 5 feet. All performance statements must be accompanied by independent test data from a nationally certified testing agency outlining all materials of system construction_ 3. Rated according to ASTM F1951 Standardized Test for ADA Compliance. 321813-Page 3 of 6 Kent Memorial Park SECTION 321813 Bid Documents(PHASE 2) SYNTHETIC GRASS SURFACING November 2017 D. Nailer Board: Subject to compliance with requirements, provide the following: 1. Plastic lumber nailer board: Benda Board by Epic Plastics, 1"x 4". 2. Fasteners:Tapcon Masonry Screws, 1/4"x 1-1/2". E. Drain Rock(Base): 5/8" Minus Crushed Rock. F. Drain Rock(Pipe Bedding): 1-1/2"Washed Rock shall meet the following sieve gradation: Sieve Size Percent Passinq 1-1/2"Square 100% 1-1/4"Square 90-100% 3/4"Square 0-20% 3/8"Square 0-2% G. Drain Pipe: 1. PVC Pipe and Fittings: a. Perforated Drainage Pipe shall be PVC piping which meets or exceeds ASTM 3034 SDR 35, minimum 4-inch diameter or greater as sized per the Contract Drawings. b. Solid/Tight Line Pipe shall be PVC piping which meets or exceeds ASTM 3034, minimum 6-inch diameter or greater as sized per the Contract Documents. C. Fittings: All fittings shall be injection-molded PVC, conforming to ASTM 3034. Where connecting new work conforming to these specifications to existing work of dissimilar materials, connections shall be made of materials similar to those of the existing work, unless otherwise indicated. H. Geosynthetics 1. Drainage/Separation Geotextile: Nonwoven, needle punched geotextile, manufactured for drainage applications and made from polyolefins or polyesters. Complying with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: a. Weight: 4oz./sq.yd.according to ASTM D 5261 b. Water Flow Rate: 150gpm/sq. ft. according to ASTM D 4491 PART 3-EXECUTION 3.1 EXAMINATION A. Examine base and other conditions, with Installer present, for compliance with requirements for installation tolerances, permeability, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 321813- Page 4 of 6 Kent Memorial Park SECTION 321813 Bid Documents (PHASE 2) SYNTHETIC GRASS SURFACING November 2017 3.2 BASE AND DRAINAGE A. Any variance from the requirements on the Contract Documents must be accepted in writing by the synthetic grass vendor and submitted to the Owner verifying that the changes do not adversely affect the performance or warranty. B. Excavation: Existing ground cover shall be excavated to the depth established in the Contract Documents. The subgrade shall be compacted to a minimum of 90% compaction rate. C. Nailer board: The synthetic grass perimeter fastening structure shall be installed before the drain rock. Nailer board will be fastened to adjacent concrete surfacing with masonry screws. Nailer board shall be flush to grade or as specified in Contract Documents. D. Base drain rock: Installation of the base drain rock shall follow procedures that protect the base grade soils. It must be installed to a minimum depth of 2 inches or as indicated in Contract Documents. The drainage network and its existing elevations shall not be disrupted through ground pressures from trucks, equipment, or other means. 1. Drain rock shall be left firm, but not over-compacted as to protect the porosity and drainage capabilities of the aggregate profile. 2. The base course shall be designed to meet local soil and weather conditions and compacted to a minimum of 90%compaction rate. 3.3 RESILIENT BASE INSTALLATION A. After base course of drain rock has been installed, a closed-cell playground pad safety surface shall be installed and leveled. 3.4 SYNTHETIC GRASS SYSTEM INSTALLATION A. Synthetic grass rolls shall be joined via micro-mechanical bond seaming and reinforced with specialty turf adhesive where necessary. 1. Seams shall be flat, tight, and permanent with no separation or fraying. 2. Seams shall be rolled with weighted roller to ensure adhesion. 3. Synthetic grass yarn fabric that is trapped or glued between seams shall be freed from the seams by hand or other approved method to an upright position prior to the commencement of brushing and top dressing synthetic grass rolls by the manufacturer wherever possible. B. Synthetic turf perimeter attachment: 1. After final layout and seaming of the synthetic grass product, the synthetic turf material shall be wrapped over the edge of the curb nailer board and secured the full depth of the nailer board. 2. The turf shall be attached to the nailer board by stainless steel staples, screws, and/or nails with minimum 7/16"x 1-1/2"at 1" minimum on center spacing. 3. Soil or surfacing material outside of the defined playground area shall be backfilled against turf wrapped perimeter edge and have zero transition edge to the synthetic turf unless otherwise indicated. C. Infill Application: 1. After all seaming is complete the resilient infill materials shall be applied evenly by means of a power broom. Evenly broadcast and groom infill by machine in proportions and depth 321813 - Page 5 of 6 Kent Memorial Park SECTION 321813 Bid Documents (PHASE 2) SYNTHETIC GRASS SURFACING November 2017 after settling as recommended by the manufacturer, and to meet indicated performance requirements. Rake fibers trapped by infill to surface. D. Avoid disturbance of base during installation of shock-attenuation pad and turf fabric. E. Shock-Attenuation Pad Installation: Roll out pad and allow to relax a minimum of six hours prior to final fit and trim. Stagger head seams between adjacent rows. Fit seams snugly without stretching or forcing. F. Roll out turf fabric and allow to relax at least four hours prior to seaming. G. Provide seams flat and snug, with no gaps or fraying. Remove yarns that are trapped within seams. Attach turf fabric to perimeter restraint system as recommended by the manufacturer. H. Install inlaid game lines and markings by cutting through turf fabric and installing snugly fitting game line turf fabric. Provide seaming tape that extends minimum 6 inches (152 mm) beyond seam. I. Repair loose seams and bubbles formed due to expansion of turf fabric prior to installation of infill. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Perform the following tests and inspections: 1. Permeability: in./h (mm/h) of rainfall capacity according to ASTM F 2898 or EN 15330-1. 2. Shock Attenuation: No greater than <Insert value> G(max) at time of installation according to ASTM F 1936. 3.6 DEMONSTRATION A. Train Owner's maintenance personnel in proper maintenance procedures for synthetic grass surfacing. END OF SECTION 321813 321813- Page 6 of 6 Kent Memorial Park SECTION 321816.13 Bid Documents (PHASE 1) PLAYGROUND PROTECTIVE SURFACING November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Organic loose-fill surface (Furnished by Owner, Installed by Owner). 2. Wear mats (Furnished by Owner, Installed by Owner). 3. Geosynthetics. 4. Underdrainage. 1.3 PERFORMANCE REQUIREMENTS A. Impact Attenuation: According to ASTM F 1292. B. Accessibility of Surface Systems: According to ASTM F 1951. C. Minimum Characteristics for Organic Loose-Fill Surfaces: According to ASTM F 2075. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each type of playground surface system indicated. 1. Minimum 1-quart(0.95-L) loose-fill surface sealed in a container. 2. Minimum 12-by-12-inch (300-by-300-mm) Sample of geosynthetic fabric. C. Product Schedule: For playground surface systems. 1.5 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Source Limitations: Obtain playground surface system materials from single source from single manufacturer. 32181613- Page 1 of 4 Kent Memorial Park SECTION 321816.13 Bid Documents (PHASE 1) PLAYGROUND PROTECTIVE SURFACING November2O17 1 Provide secondary materials Qaonynthe&iom, and repair materials cftype and from source recommended by manufacturer of playground surface system materials. C. Standards and Guidelines: Comply with CPSC No. 325' "Handbook for Public Playground Safoty^� /\STK8F1292; and ASTK8F1487, 1.6 PROJECT C{}NO|T]{)N5 A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit playground surface system installation to be performed according to manufacturers'written instructions and warranty requirements. PART PRODUCTS 21 ORGANIC LOOSE-FILL SURFACE (Furnished by Owner, Installed byOwner) X Engineered Wood Fibers: Random-sized wood fibers' in manufacturer's standard fiber size. approximately 10 times longer than wide-, containing no bark. |eevea, bwigs, or foreign o/ toxic materials according hzASTIMF 2O75; graded according to manufacturer's standard specification for material consistency for playground surfaces. I Basis-of-Design Product: a. Fibar 'Bulk Engineered Wood Fibers' (800)342-2721. www,fibar.com or approved equal. 2. Uncompressed Material Depth� Not less than 12 inches (30Omm). 2.2 WEAR MATS (Furnished by Owner, |nebsHed by Owner) A. Provide rubber wear mats at each swing location. 1. : a. Fibar 'FibarMat Wear Mats' (@0O)342-2721. www.fibar.com ur approved equal. 2.3 GE[)SYNTHET|CS A. Drainage/Separation Gemhexti|e: Nonwoven, needle-punched geotexti|e, manufactured for subsurface drainage applications and made from poiyo|efinm or polyesters. Complying with the following minimum properties determined according bo8STK8 04759 and referenced standard bestnnethod& 1, Weight: 4mz./sq yd. according toASTM DG261. 2. Water Flow Rato� 150gpm/sq. ft, according bzASTyN D44S1 24 U0DERDRA|NAGE A. Drain Rock: Pea gravel shall meet the following sieve gradation: Sieve Size Percent Passing 3/4^ 5quare 100Y4 33181613 - Page 2of4 Kent Memorial Park SECTION 321816.13 Bid Documents (PHASE 1) PLAYGROUND PROTECTIVE SURFACING November 2017 3/8" Square 95-100% No. 8 0-10% No. 200 0-3% B. Drain Pipe: 1. PVC Pipe and Fittings: a. Perforated Drainage Pipe shall be PVC piping which meets or exceeds ASTM 3034 SDR 35, minimum 4-inch diameter or greater as sized per the Contract Drawings. b. Solid/Tight Line Pipe shall be PVC piping which meets or exceeds ASTM 3034, minimum 6-inch diameter or greater as sized per the Contract Documents. C. Fittings: All fittings shall be injection-molded PVC, conforming to ASTM 3034. Where connecting new work conforming to these specifications to existing work of dissimilar materials, connections shall be made of materials similar to those of the existing work, unless otherwise indicated. PART 3- EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Installer present, for compliance with requirements for maximum moisture content, subgrade and substrate conditions, drainage, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Prepare substrates to receive surfacing products according to playground surface system manufacturer's written instructions. Verify that substrates are sound and without high spots, ridges, holes, and depressions. 3.3 COORDINATION A. Contractor shall provide furnish and install the following: 1. Smooth compacted subgrade sloped to drain per Contract Documents. 2. Bottom geosynthetic layer. 3. Perforated pipe and drainage aggregate to top of pipe trench. 4. Solid pipe and associated outfall(s). B. Owner will furnish and install: 1. Layer of drainage rock under loose-fill surfacing. 2. Top geosynthetic layer. 3. Loose-fill surfacing and stabilizing mats. 32181613- Page 3 of 4 Kent Memorial Park SECTION 321816.13 Bid Documents(PHASE 1) PLAYGROUND PROTECTIVE SURFACING November 2017 3.4 UNDERDRAINAGE INSTALLATION A. Drainage aggregate shall be placed in properly grade/approved trenches for the drain pipe with lines and grades as shown on the Contract Drawings. The aggregate shall be carefully placed on the clean and graded trench bottom and brought to the appropriate level, no less than four (4") inches deep at any point. B. The perforated subdrainage pipe shall be placed on and the balance of drainage aggregate shall be placed over the pipe and brought up to the level shown on the Contract Drawings. Aggregate shall be placed along the sides of the pipe and on the top of the pipe with the pipe held in place to prevent vertical or lateral displacement by the fluid effort of the aggregate. Cap the ends of pipe with end caps. C. Backfill the remainder of the trench and compact as shown on the Contract Drawings avoiding any excessive mixing of drainage aggregates with surface soils. 3.5 GEOSYNTHETIC INSTALLATION A. General: Install geosynthetics according to playground surface system manufacturer's and geosynthetic manufacturer's written instructions. 1. Geotextiles: Completely cover area indicated, overlapping sides and edges a minimum of 4 inches with manufacturer's standard treatment for seams. a. Perimeter: Adhere edges on all sides to top of perimeter curb or footing. 3.6 INSTALLATION OF LOOSE-FILL PLAYGROUND SURFACE SYSTEMS (Furnished by Owner, Installed by Owner) A. Loose Fill: Place playground surface system materials including manufacturer's standard amount of excess material for compacting naturally with time to required depths after Installation of playground equipment support posts and foundations. B. Stabilizing Mats: Coordinate installation of mats and mat anchoring system with placing of loose fill. C. Grading: Uniformly grade loose fill to an even surface free from irregular surface changes as indicated. D. Finish Grading: Hand rake to a smooth finished surface and to required elevations. END OF SECTION 32181613- Page 4 of 4 Kent Memorial Park SECTION 322000 Bid Documents SITE CONCRETE FINISHES November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SECTION INCLUDES A. Work includes finishes and sealants for site hardscape and paving, including, but is not limited to the following: 1. Broom finish. 2. Sandblast finish. 1.3 RELATED SECTIONS: A. Coordinate related work specified in other parts of the Project Manual, including but not limited to following: 1. Section 033000 'Cast-in-Place Concrete'. 2. Section 321313 'Concrete Paving'. 1.4 QUALITY ASSURANCE: A. Requirements of Regulatory Agencies(current as of Project Manual): 1. Perform work in accordance with ACI 303R-Guide to Cast-In-Place Architectural Concrete. B. Sample Panels-See Section 013300: 1. Provide samples of each finish as follows: a. Make each sample panel at least at full depth (at least 2"thick) and 4'-0 square. b. Submit samples showing medium broom finish (for flatwork)for review. C. Submit samples showing light, medium, and heavy sandblasted finish (for flatwork) for review. 2. Affix a permanent identification to each panel, showing the date of finishing and name of finishing company and personnel, and showing the type finish represented by the sample. Place panels on site for review. 3. Provide additional samples as required to secure the Architect's review of proposed finishes. C. Manufacturer's Literature: 1. Submit copies of the manufacturer's recommendations for mixing, placing and finishing concrete with color admixture. Submit manufacturer's literature on concrete sealant installation and maintenance. 1.5 SUBMITTALS A. Submit samples under provisions of Section 013300—Submittals. B. Manufacturers' Data: Submit manufacturer's catalog cuts, specifications, and operating instructions for equipment shown on the materials. 322000 - Page 1 of 4 Kent Memorial Park SECTION 322000 Bid Documents SITE CONCRETE FINISHES November 2017 1.6 SEQUENCING/SCHEDULING: A. Phase-in properly with Architect's reviewed /accepted Construction Schedule PART 2-PRODUCTS 2.1 GENERAL: A. Comply with Quality Assurance provisions, Specifications, and Manufacturer's data. Where these may be in conflict, the more stringent requirements govern. B. Section applies only to site concrete within the property lines. Site concrete within the public right-of-way shall be finished per Civil Drawings. 2.2 CONCRETE FINISH/COLOR SCHEDULE A. TYPE A FLATWORK 1. Finish: Broom. 2. Color: Natural. B. TYPE B FLATWORK 1. Finish: Sandblast. 2. Color: Natural 2.3 PRODUCTS AND EQUIPMENT: A. Materials required to produce selected finish: 1. Cement, Water, Admixtures: Specified in Section 033000. 2. Sandblasted Concrete: Blasting nozzle, compressor, lines, hoses, and blasting compounds to match finish samples. Size of blasting sand to be determined by reviewed sample panel. 3. Provide all equipment, tools, methods, and accessory items required. 4. Provide necessary protective safety devices. B. BROOM FINISH: 1. Refer to drawings for broom finish location and finish texture. 2. Broom finish direction perpendicular to major route of pedestrian travel or as indicated on drawings. 3. Provide 3 Mock-up samples for broom finish concrete for review and approval. Provide 1 Light broom, 1 medium broom and 1 heavy broom finish mock-up. 4. Architect will select finish for broom finish site concrete from these mock-up panels as an approved sample for remaining broom finish concrete on site. C. SANDBLAST FINISH: 1. Refer to drawings for sandblast locations. 2. Provide 2 Mock-up samples for sandblast finish for review and approval. Provide 1 light sandblast mock up, 1 medium sandblast mock up and 1 heavy sandblast mock up for review and approval. 3. Architect will select finish for sandblast concrete from these mock-up panels as an approved sample for remaining sandblast concrete on site. 322000- Page 2 of 4 Kent Memorial Park SECTION 322000 Bid Documents SITE CONCRETE FINISHES November 2017 PART 3 - EXECUTION 3.1 REPAIRS A. Immediately after removal of forms, inspect all surfaces for defects. Repair or patch defects only after defects are inspected by the Architect and then only with the Owner's permission. Do all cutting and repair within 48 hours after removal of forms; cure repairs same as new concrete. B. Defective Areas:Where patches are allowed, repair and patch areas; must match the surrounding areas in color and texture so as to be indistinguishable after completion, including curing and finishing. Determine mix for color by trial mixes before patching; after initial cure, dress patch or repair area mechanically or by hand for texture match. 3.2 FINISHES FOR FORMED SURFACES A. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. Provide for face surface of walls adjacent to plaza, walks and stairs. 3.3 FINISHES FOR UNFORMED SURFACES A. Screed all slabs, for whatever finish, to true levels or slopes, work surfaces only to the degree required to produce the desired finish; do no finishing in areas where water has accumulated, drain and rescue; in no case use cement and sand sprinkling to absorb moisture. Carefully finish all joints and edges with proper tools, unless otherwise specified. B. Float Finish: Apply float finish to monolithic slabs to receive trowel or other finishes. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power-driven floats, or both. Consolidate surface with power driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness)and F(L) 15 (floor levelness) measured according to ASTM E 1155. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, re-float surface to a uniform, smooth, granular texture. C. Broom Finish: Apply a non-slip broom finish to exterior concrete slabs, stairs, walks, and ramps, as indicated. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber bristle broom perpendicular to main traffic route. D. Defective Work: Remove and replace when directed by the Architect, surfaces which show excessive shrinkage cracks. 3.4 CURING A. Protect freshly deposited concrete from premature drying and excessively hot or cold temperatures; maintain minimal moisture loss at relatively constant temperature for necessary hydration time and proper relatively constant temperature for necessary hydration time and proper hardening of concrete. B. Duration of Curing: In addition to the initial overnight curing, continue final curing operations until the cumulative number of days or fractions thereof(not necessarily consecutive) occurs, during which time the temperature of the air in contact with the concrete is above 50 degrees F, 322000 - Page 3 of 4 Kent Memorial Park SECTION 322000 Bid Documents SITE CONCRETE FINISHES November 2017 equals 7 days. If high-early strength concrete has been used, continue final curing operation for 3 days total time, calculated as before. Take care to prevent rapid drying at the end of the curing period. 3.5 INSPECTION A. Contractor shall notify Architect that they are starting concrete finish repair work at least 48 hours prior to the beginning of work. 3.6 CLEANING A. Leave premises clean and free of residue from work in this section. END OF SECTION 322000 - Page 4 of 4 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES November 2017 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Chain-link fences. 2. Foul Poles. 3. Outfield Fence Cap. 4. HDPE Outfield Panels. B. Related Requirements: 1. Section 033000 "Cast-in-Place Concrete"for cast-in-place concrete post footings. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Inspect and discuss electrical roughing-in, equipment bases, and other preparatory work specified elsewhere. 2. Review sequence of operation for each type of gate operator. 3. Review coordination of interlocked equipment specified in this Section and elsewhere. 4. Review required testing, inspecting, and certifying procedures. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: a. Fence and gate posts, rails, and fittings. b. Chain-link fabric, reinforcements, and attachments. B. Shop Drawings: For each type of fence and gate assembly. 1. Include plans, elevations, sections, details, and attachments to other work. 323113- Page 1 of 8 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES November 2017 2. Include accessories and hardware. C. Samples for Initial Selection: For each type of factory-applied finish. D. Samples for Verification: For each type of component with factory-applied finish, prepared on Samples of size indicated below: 1. Polymer-Coated Components: In 6-inch (150-mm) lengths for components and on full- sized units for accessories. 1.5 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of chain-link fence. B. Product Test Reports: For framework strength according to ASTM F 1043, for tests performed by manufacturer and witnessed by a qualified testing agency. C. Field quality-control reports. D. Sample Warranty: For special warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For gate operators to include in emergency, operation, and maintenance manuals. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing fence grounding; member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing. 1.8 FIELD CONDITIONS A. Field Measurements: Verify layout information for chain-link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. 1.9 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of chain-link fences and gates that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure to comply with performance requirements. b. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 323113- Page 2 of 8 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES November 2017 2. Warranty Period: 15 years from date of Substantial Completion. PART 2- PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Structural Performance: Chain-link fence and gate frameworks shall withstand the design wind loads and stresses for fence height(s) and under exposure conditions indicated according to ASCE/SEI 7. B. Lightning Protection System: Maximum resistance-to-ground value of 25 ohms at each grounding location along fence under normal dry conditions. 2.2 CHAIN-LINK FENCE FABRIC A. General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist according to "CLFMI Product Manual" and requirements indicated below: 1. Fabric Height: As indicated on Drawing. 2. Steel Wire for Fabric: 11 GA. Core wire/9 GA. with coating. a. Mesh Size: 2 inches. b. Polymer-Coated Fabric: ASTM F 668, Class 2b over zinc-coated steel wire. 1) Color: As selected by Architect from manufacturer's full range, according to ASTM F 934. C. Coat selvage ends of metallic-coated fabric before the weaving process with manufacturer's standard clear protective coating. 3. Selvage: Knuckled at both selvages. 2.3 FENCE FRAMEWORK A. Posts and Rails: ASTM F 1043 for framework, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F 1043 based on the following: 1. Fence Height: As indicated on Drawings. 2. Framework Member Sizes: As indicated on drawings. 3. Brace Rails: ASTM F 1043. 4. Polymer coating over metallic coating. a. Color: As indicated on drawings. 323113- Page 3 of 8 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES November 2017 2.4 TENSION WIRE A. Polymer-Coated Steel Wire: 9 GA. tension wire according to ASTM F 1664, Class 2b over zinc- coated steel wire. 1. Color: Match chain-link fabric, according to ASTM F 934, 2.5 FITTINGS A. Provide fittings according to ASTM F 626. B. Post Caps: Provide for each post. 1. Provide line post caps with loop to receive tension wire or top rail. C. Rail and Brace Ends: For each gate, corner, pull, and end post. D. Rail Fittings: Provide the following: 1. Top Rail Sleeves: Pressed-steel or round-steel tubing not less than 6 inches (152 mm) long. 2. Rail Clamps: Line and corner boulevard clamps for connecting intermediate and bottom rails to posts. E. Tension and Brace Bands: Pressed steel. F. Tension Bars: Steel, length not less than 2 inches (50 mm) shorter than full height of chain-link fabric. Provide one bar for each gate and end post, and two for each corner and pull post, unless fabric is integrally woven into post. G. Truss Rod Assemblies: Steel, hot-dip galvanized after threading rod and turnbuckle or other means of adjustment. H. Tie Wires, Clips, and Fasteners: According to ASTM F 626. 1. Standard Round Wire Ties: For attaching chain-link fabric to posts, rails, and frames, according to the following: a. Hot-Dip Galvanized Steel: 11 GA. diameter wire; galvanized coating thickness matching coating thickness of chain-link fence fabric. 2.6 FOUL POLES A. Baseball Foul Poles "SportsEdge Model SE330002". Available from SportsEdge ABT, Inc. PO Box 837, 259 Murdock Road, Troutman, NC 28166. 800-334-6057. Or approved equal. 1. Height: 20'. 2. Color: Yellow. 3. Mounting Style: Sleeve. 323113- Page 4 of 8 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES Novernber2O17 2.7 OUTFIELD FENCE CAP A. ^Pmxom Safety Top Cap" available from PDS Fence Products, Tacoma. VVA. 800-822-7528. . {Jrapproved equal. 1 Color: Safety Yellow. 2,8 HDPE OUTFIELD PANELS A� King P|gmUc Corporation. ^Co|orBoand^ — ovai|ob|e cdCurbeU Plastics, 3105 51otAvemue East, Suite 202. Fife, WA. Phone— 1-888-5O1-4483. 1. Color: KPGGnaen 2, Sheet size: 48" x 96^ 3. Thickness: Standard Gauge: Y4" 2.9 GROUT AND ANCHORING CEMENT A. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with A8TNlC11O7/C11O7K8 Provide grout, recommended in writing by manufacturer, for exterior applications. B. Anchoring Cement: Facto ry-packaged, monshrink, momstaining, hydraulic-controlled expansion cement formulation for rmiximQ with water at Project site to create pourable enchoring, patching, and grouting compound. Provide homnu|mUon that is resistant toerosion from water exposure without needing protection by a seaVer or waterproof coating, and that is recommended in writing by manufacturer for exterior applications, 2.10 GROUNDING MATERIALS A, Comp|ywithrequiremgnts |nSenbom26O526 ,'GroundingandBondiogho/ E[ectrioo[ Oystoms " B. Connectors and Grounding Rode� Listed and labeled for complying with UL4O7. 1, Connectors for Below-Grade Use: Exothermic welded type. 2, Grounding Rods� Copper-clad steel, 5/8bygS inches (1Gby244Qmm) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with Installer pmeaent, for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance of the Work. 1. [}o not begin installation before final grading is ommp|a8ad unless otherwise permitted by Architect. 323113 - Page 5 of 8 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES November 2017 B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet (152 m) or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. 3.3 CHAIN-LINK FENCE INSTALLATION A. Install chain-link fencing according to ASTM F 567 and more stringent requirements specified. B. Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings indicated, in firm, undisturbed soil. C. Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil. 1. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2. Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. a. Posts Set into Sleeves in Concrete: Use steel pipe sleeves preset and anchored into concrete for installing posts. After posts are inserted into sleeves, fill annular space between post and sleeve with nonshrink, nonmetallic grout or anchoring cement, mixed and placed according to anchoring material manufacturer's written instructions. Finish anchorage joint to slope away from post to drain water. D. Terminal Posts: Install terminal end, corner, and gate posts according to ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of as indicated on Drawings. For runs exceeding 500 feet(152 m), space pull posts an equal distance between corner or end posts. E. Line Posts: As indicted on Drawings. F. Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Diagonally brace terminal posts to adjacent line posts with truss rods and turnbuckles. Install braces at end and gate posts and at both sides of corner and pull posts. 1. Locate horizontal braces at midheight of fabric 72 inches (1830 mm) or higher, on fences with top rail, and at two-third fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. G. Tension Wire: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Pull wire taut, without sags. Fasten fabric to tension wire with 0.120-inch- (3.05- mm-) diameter hog rings of same material and finish as fabric wire, spaced a maximum of 24 inches (610 mm) o.c. Install tension wire in locations indicated before stretching fabric. Provide horizontal tension wire at the following locations: 1. Extended along bottom of fence fabric. Install top tension wire through post cap loops. Install bottom tension wire within 6 inches (152 mm) of bottom of fabric and tie to each post with not less than same diameter and type of wire. 323113- Page 6 of 8 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES November 2017 2. As indicated on Drawings. H. Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended in writing by fencing manufacturer. I. Intermediate and Bottom Rails: Secure to posts with fittings. J. Chain-Link Fabric: Apply fabric to inside or field side of enclosing framework. Leave 1-inch bottom clearance between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. K. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts, with tension bands spaced not more than 15 inches (380 mm) o.c. L. Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain-link fabric according to ASTM F 626. Bend ends of wire to minimize hazard to individuals and clothing. 1. Maximum Spacing: Tie fabric to line posts at 12 inches (300 mm) o.c. and to braces at 24 inches (610 mm)o.c. M. Fasteners: Install nuts for tension bands and carriage bolts on the side of fence opposite the fabric side. Peen ends of bolts or score threads to prevent removal of nuts. 3.4 GROUNDING AND BONDING A. Fence Grounding: 1. Install ground rods and connections at maximum intervals of 1500 feet. 2. Fences within 100 Feet of Buildings, Structures, Walkways, and Roadways: Ground at maximum intervals of 750 feet. 3. Ground fence on each side of gates and other fence openings. a. Bond across openings, with and without gates, except openings indicated as intentional fence discontinuities. Use No. 2 AWG wire and bury it at least 18 inches (457 mm) below finished grade. B. Protection at Crossings of Overhead Electrical Power Lines: Ground fence at location of crossing and at a ground rod located a maximum distance of 150 feet (45 m) on each side of crossing. C. Grounding Method: At each grounding location, drive a grounding rod vertically until the top is 6 inches (152 mm) below finished grade. Connect rod to fence with No. 6 AWG conductor. Connect conductor to each fence component at grounding location. 1. Make grounding connections to each barbed wire strand with wire-to-wire connectors designed for this purpose. 2. Make grounding connections to each barbed tape coil with connectors designed for this purpose. 323113- Page 7 of 8 Kent Memorial Park SECTION 323113 Bid Documents CHAIN LINK FENCES AND GATES November 2017 D. Connections: 1. Make connections with clean, bare metal at points of contact. 2. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps. 3. Make aluminum-to-galvanized-steel connections with tin-plated copper jumpers and mechanical clamps. 4. Make above-grade ground connections with mechanical fasteners. 5. Make below-grade ground connections with exothermic welds. 6. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. E. Bonding to Lightning Protection System: Ground fence and bond fence grounding conductor to lightning protection down conductor or lightning protection grounding conductor according to NFPA 780. 3.5 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests. B. Prepare test reports. 3.6 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain chain-link fences and gates. END OF SECTION 323113- Page 8 of 8 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 PART I -GENERAL 1.01 RELATED DOCUMENTS See attached plans for layout and design. 1.02 SCOPE OF WORK To furnish all labor, equipment, and materials necessary to install a complete and operable au- tomatic irrigation system as indicated on the plans and as specified herein. 1.03 RELATED WORK SECTION 329000— Landscape 1.04 STANDARDS AND QUALIFICATIONS A. Irrigation Subcontractor must be a state licensed landscape irrigation contractor. The irrigation system must be installed by a journeyman irrigation mechanic or journeyman plumber. Valve wiring of 24 volts shall be installed per local code requirements by the Irrigation Subcontractor or Electrical Subcontractor. 1.05 AS-BUILT DRAWINGS AND LAYOUT A. The Contractor shall be responsible for maintaining a complete and current record of all equipment installed including catalogue cuts, and for recording any deviations to the plans by horizontal and vertical dimensions. As-built records shall be updated daily, and be available daily for review by the Owner's Representative and/or Landscape Architect. Any pipe not installed in accordance with the plans shall be dimensioned to a permanent structure sufficient for location after burial. B. Upon completion of the work and prior to final acceptance, the Contractor shall provide the Owner with a neat and legible as-built plan, of the completed irrigation system. All quick couplers, automatic valves, manual valves, and electrical boxes shall be dimensioned on the as-built plan to two permanent monuments, such as scoreboard and light poles, sprinkler heads, etc. C. Layout shall be done by the Contractor subject to the review and approval of the Owner. No 45- degree angles will be allowed at line connections. 1.06 SYSTEM PROTECTION As part of the one-year warranty under this contract, the Contractor shall be responsible for deactivating and draining of the system, in the presence of Owner's maintenance staff, prior to the onset of the freezing season, and for reactivating the system at the onset of the following spring growing season. Notify Owner 48 hours in advance so that maintenance staff can be present. 1.07 SYSTEM FAMILIARIZATION Prior to final acceptance the Contractor shall spend sufficient training time with the Owner to ensure that the irrigation system can be operated, maintained, winterized and reactivated properly after the departure of the Contractor. 328400 - 1 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 1.08 MAINTENANCE MANUALS The Contractor shall provide three(3) sets of all manufacturer's data sheets, maintenance sheets, replacement part lists, winterization procedures, and equipment brochures. Compo- site sheets shall have the specific products used on this project highlighted. Provide a three ring binder with each set of documents, per Section 01700. 1.09 IRRIGATION SYSTEM COMPLETION A. The Contractor shall submit the following items to the Owner upon completion of the work: 1. Warranty Cards on all equipment warranted. 2. As-built plans electronically recorded and printed. 3. Maintenance manuals. 4. Four (4) complete sets of tools and two (2) sets of keys (cabinet keys, valve keys, valve box cover keys, quick coupler keys, etc.) necessary to operate/drain/activate the system. PART 2-PRODUCTS 2.01 PLASTIC PIPE, FITTINGS AND CEMENT A. Mainline pipe: Sch 40, solvent weld B. Lateral piping: Class 200, solvent weld. C. Pipe shall be marked with manufacturer's name, class of pipe, NSF seal and date of manufac- turer run. PVC pipe shall be Pacific-Western or approved equal. Pipe shall bear no evidence of interior or exterior extrusion marks. Pipe walls shall be uniform, smooth, and glossy. Pipe may be pre-belled or with individual solvent-weld couplings. D. Fittings: Fittings shall be of the brand(s) recommended by manufacturer of the pipe. Fittings for solvent weld PVC lateral pipe shall be heavy wall Schedule 40 weight, full size PVC. PVC riser fittings for all swing joints and for solvent weld mainline shall be schedule 80 minimum. PVC fittings shall be Lasco or approved equal. E. Cement: PVC solvent compounds shall be IPS "Weld-On" P-70 purple primer and "Weld-On" P711 heavy-bodied blue cement or approved equal. 2.02 PIPE AND WIRE SLEEVES Sleeves: Schedule 40 PVC, size noted on plans, are required under all paved areas, and at all maintenance vehicle access. 2.03 SPRINKLER HEADS Rainbird 5004 plus, Rainbird 6504, Rainbird 1800 SAM. Van Nozzles. Sprinkler heads are called out on the Drawing Legend. 2.04 SPRINKLER AND QUICK COUPLING RISERS 328400-2 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 A. Risers for quick coupling valves: " Lasco swing joint kit G132-100 (MIPT inlet x MIPT outlet) or approved equal, rated for 315 psi minimum with Schedule 80 PVC lay length nipple. Length of nipple determined by depth of mainline pipe and 45 degree angle setting. B. Risers for Rainbird 1800 shall be 1/2"swing pipe with marlex fittings. 2.05 QUICK COUPLING VALVES Quick Coupling Valves: Buckner QB5LRC10 1", One piece, Double slot, brass, yellow rubber cover. Provide two Buckner QB55K10 quick coupler keys, two Buckner QHS10-10 I" mpt x I" hose swivel ells, and two lock-top cover keys. 2.06 AUTOMATIC VALVES Automatic Valves: Weathermatic 8200CR series, 24 volt electric, NPT screwed-end, brass body and bonnet with shut-off handle/flow control stem and manual internal bleed capability, normally closed, contamination resistant globe valve. Provide unions on both sides of valves. 2.07 VALVE BOXES A. Automatic Valve Boxes: Carson-Brooks model #1419B with bolt-down Green Cover marked "Irrigation". Box needs to be large enough to fit both unions inside the valve box. Provide extension model# 1419E with each valve box. B. At Point-of-Connection assembly: Concrete utility vault 25—TA. C. Master valve: Carson-Brooks, green plastic, Model 1730-12B with 1730-413 bolt down T cov- er. Cover to be green and marked "Irrigation". D. Quick coupling valve boxes: Carson-Brooks, green plastic, marked "Irrigation", 910-12 with 910-313 bolt down cover, 10"diameter circular box or approved equal. E. Mainline gate valve boxes: Carson-Brooks, green plastic, marked "Irrigation", Model 1220-12 with 1220-46 bolt-down T cover, marked "irrigation" or approved equal with 6" diameter PVC sleeve below per detail. 2.08 GATE VALVES Gate Valve: Class 150 brass or bronze body with cross handle in 10" diameter valve box with 6" diameter PVC sleeve. Red and white or equal. Valve size to match size of mainline or service line. Provide Owner with one 30" valve-operating key formed to fit the crosshandle gate valves. Stem stock shall be 1/2" minimum. Quality equal to Nibco T-133. 2.09 BALL VALVES (Control Valve Shut-off) Gate Valve: brass or bronze body with steel plated handle for use in automatic control valve box- es. Valve size to match size of automatic control valve. Quality equal to Nibco. T-FP-600. 2.10 MASTER VALVE AND FLOW SENSOR/MONITOR Model and size per irrigation plans. One Red wire and One Black of 14 AWG wire from master valve and flow sensor to controller to be installed by contractor 328400- 3 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 2.11 BACKFLOW PREVENTION ASSEMBLY New FEBCO 850U double-check valve assembly, size as per drawing, to be installed and paid for by the Contractor. The unit shall include resilient seated gate valves, unions and test cocks on both ends of DCVA. Installed per code. 2.12 DOUBLE CHECK VALVE ASSEMBLY (POC)AND EXEMPT METER The point of connection includes the following in order: New deduct(exempt) meter, inline shutoff valve, backflow preventer, system blowdown, and master valve. Refer to City of Kent Standard Detail 3-13(b) for deduct meter installation requirements. 2.13 AUTOMATIC CONTROLLERS Calsence controller, Rainbird ESP. See irrigation plans for controller specifications! Automatic controller will be purchased by Contractor and installed by Contractor. Contractor re- sponsible for wiring valves to controller. Contractor to coordinate location and installation of con- troller. Mount in a front-entry metal wall mount cabinet. 2.14 REMOTE CONTROL DEVICE CONNECTION Remote for Rainbird controllers: Eicon P-30, 30" pigtail connector(s) to controller for connection to Owner's Eicon Rec-48 maintenance radio. Shall be provided and installed by Contractor. 2.15 CONTROL WIRES FOR VALVES AND PIPE TRACER WIRE A. Control wires for valves: Insulated, single strand copper designed for 24-50 volts and- shall be U.L. listed as OF (Underground Feeder). U.L. and OF designations shall be clearly marked or embossed on the insulation jacket of the wire. Copper conductor must meet or exceed ASTM B-3 specifications. Conductors shall be #14 AWG or larger as required. Colors required in- clude red for hot side, white for common and a yellow for auxiliary wire. B. Tracer Wire: #12 bare copper locator wire. U.L. approved as UF, ASTM B-3 rated for all below grade piping. 2.16 ELECTRICAL WIRE SPLICES AND TAPE Electrical splices for valve control wire: 3M DBY or DBR, no substitutions. All-weather type elec- trical tape shall be black plastic, 3/4 inch wide and a minimum of 0.007 inches thick. PART 3—EXECUTION 3.01 TRENCHING - LANDSCAPE IRRIGATION 328400-4 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 A. Pipe shall be installed with a minimum of 12" and 16" maximum cover for all laterals, and 18" minimum and 24" maximum for all mainline. B. Irrigation pipe shall be installed in trenches sufficiently wide to permit tamping tools for backfill- ing alongside both sides of the pipe. However, in no case shall trench exceed the width nec- essary to satisfy this requirement without prior approval of Owner Representative. The pipe shall be laid on stable soil with trench bottom evenly graded. Ledge rock, boulders, large stones and cobbles 2" or larger in diameter shall be removed to provide no contact with the pipe. Excavations remaining from the removal of large rocks shall be refilled and compacted with select material. Where multiple pipes share common trench, trench shall be sufficiently wide or piping shall be arranged to allow 2" minimum horizontal separation and 6" minimum vertical separation between pipes while maintaining specified minimum cover over piping. C. Where rock or other conditions are present and it is impossible to obtain the specified depth of mains, laterals or wire that is not accompanied by pipe, "Designated Authority" shall review each case and make a determination as to whether less cover depth is acceptable or whether rock removal or other solutions are required. Cut any roots encountered with a saw. D. Irrigation pipe shall not be installed in drainage trenches. 3.02 BACKFILLING A. Contractor will request open ditch inspection from Parks Staff 24-hours in advance prior to any backfilling. No acceptance will be given on an un-inspected pipe. B. Backfill when PVC pipe is not in an expanded condition due to heat or pressure, In refilling trenches, fill around pipe and fittings shall be free from large rocks and shall be well tamped. Where it is determined that insufficient bedding material exists in the pipe trenches, install sand bedding 3" above and below piping. Parks Staff shall determine need for sand bedding. C. Backfilling of initial bedding material around irrigation lines shall be accomplished in a 4" lift followed by compaction. Backfill with 4"over the pipe, compacting to achieve adequate com- paction alongside and under the pipe with appropriate compactors. Additional lifts shall be 6" maximum and compacted before adding the next loose lift. Top of trenches shall be backfilled even with subgrade (or surrounding grade), raised to a slight mound and rolled with a 250 pound roller or approved compactor or vibrator. D. The trenches shall be thoroughly compacted to 90%density at optimum moisture content with an approved compactor or vibrator. Contractor shall not backfill with material determined to be of excessive or inadequate moisture content. All roots, rocks, and surplus excavations shall be removed from the site. Contractor is responsible for all trench settlement during the one-year warranty period of the Contract. Contractor will not mound the trenches to allow for compaction. 3.03 GALVANIZED PIPE AND FITTINGS All galvanized pipe above grade shall be painted with one coat each galvanized metal primer and matte alkyd oil enamel. 3.04 PLASTIC PIPE AND FITTINGS A. Plastic Pipe: Plastic pipe shall be solvent welded. All solvent weld plastic pipe and fittings shall follow manufacturer's installation instructions at all times. Great care shall be taken to 328400 - 5 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 ensure that the inside of the pipe is absolutely clean. Any pipe ends not being worked must be protected and not left open. Cleaning of cutting burrs is mandatory. All stored piping mate- rial shall be covered and adequately protected from sunlight per manufacturer recommenda- tions. B. Prior to construction of this project, Contractor shall provide written evidence that all Contrac- tor staff assigned to solvent welding duties of PVC pipe or fittings are in possession of a cur- rent and up-to-date certification card issued by manufacturer representative of specified sol- vent cement. If Contractor's staff are not in possession of current certification cards, Contrac- tor shall schedule and complete a training seminar(conducted by solvent cement manufac- turer representative) ultimately providing written evidence of certified staff to"Designated Au- thority" prior to construction. Only staff who are certified shall be permitted to solvent weld pipe and fittings. C. For solvent weld pipe, PVC pipe ends shall be cut at 90 degree to the pipe length and cleaned of all burrs prior to cementing. Use approved reaming tool. Pipe ends shall be wiped clean with a rag lightly wetted with PVC thinner. Prospective joints shall be completely free from any moisture or condensation. Cement shall be applied with a light coat on the inside of the fitting and a heavier coat on the outside of the pipe(no further back from the end of pipe than the fitting would slip). Application of cement on the interior of the fittings shall be quanti- fied to ensure no cement shall be pushed into the flow stream of the pipe. Pipe shall be in- serted into the fitting and given a quarter turn to seat the cement. Excess cement shall be wiped from the outside of the pipe. Cement that becomes unduly thick or heavy shall not be thinned and re-used. CONTRACTOR SHALL DISPOSE OF CEMENT PROPERLY, OFF SITE. Pipe will be pressure tested as indicated elsewhere in these specifications. D. Solvent weld joints shall be given at least 15 minutes set-up time before moving or handling. Pipe shall be partially center-loaded to prevent arching or slipping. No water shall be permit- ted in the pipe until a period of at least 10 hours has elapsed for solvent weld set and cure. E. Backfilling shall be done when the pipe is not in an expanded condition due to heat or pres- sure. Cooling of the pipe can be accomplished by operating the system for a short period of time before backfilling, or by backfilling in the early part of the morning before the heat of the day. Before pressure testing, solvent weld joints shall be given at least 24 hours cure time. 3.05 PIPE AND WIRE SLEEVES Provide pipe sleeves as shown on plans under paved areas, maintenance access, or as required. Sleeves shall be Sch 40 pipe, at least twice the size of the protected pipe. Provide 2 parallel pipe sleeves where shown on plans or as required. Second sleeve is to provide additional room/space for 24-volt wiring. 3.06 SPRINKLER INSTALLATION A. Sprinklers shall not be installed until all mains and lateral lines have been thoroughly flushed. When flushing, insure adequate pressure and water velocity at any head location being flushed. If Owner determines that any portion of system has significant contamination, Con- tractor may be required to flush the affected mains with high volume flushing through a dis- charge point other than sprinkler laterals and risers. Contractor shall install temporary flush- ing valves, if required to meet the aforementioned corrective measure. B. The pre-fabricated swing joints shall be snug and free from leaks. Any threaded joint that leak shall be removed, and re-installed. Where leaking exists on a swing joint, the faulty swing joint shall be removed from the joint and not re-used elsewhere on the project. 328400-6 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 3.07 SETTING OF SPRINKLER HEADS Sprinklers in turf shall be set to finish grade such that a mower may pass over the head without touching the casing with the blades (1/4" clear). Heads shall be installed true with finish grade without interference of the sprinkler performance. Sprinklers shall be thoroughly backfilled with native soil at optimum moisture content. Contractor shall adjust arc on part circle sprinkler heads to Owner's satisfaction. 3.08 QUICK COUPLING VALVE RISERS Triple swing joint with threaded outlet connection to quick coupling valves as well as quick cou- pling valve swing joint inlet connection to irrigation mainline tap (TOE fitting)shall be assembled with two wraps of"Teflon"tape; all other fittings solvent weld. Anytime a nipple has been re- moved, the threaded joint shall be re-wrapped with new tape. Threaded connections shall be wa- tertight. 3.09 QUICK COUPLING VALVES Owner shall approve all locations prior to construction. All quick coupling valves shall be installed with triple swing joints and valve boxes per detail. Install Dura anti-rotation device on the valve. 3.10 AUTOMATIC VALVES Install one Automatic Valve per valve box. Flush supply lines before installing automatic valves. Use valve box extensions to ensure that the box extends completely below bottom of valve. For pressure regulating valves, set downstream pressure with Owner approval. 3.11 VALVE BOXES A. Install all automatic valve boxes flush with finish grade such that if applicable, a reel type mower may pass over without interference. Set plumb. Install pipe sleeve per Detail Drawing. Valve box archway shall not rest on piping. B. All automatic valve boxes shall be set on a continuous foundation of brick as detailed and left with a clean layer of gravel in the bottom. Quick coupling valve boxes shall be left with a clean layer of gravel in the bottom. See details. If construction debris washes into the auto- matic valve or quick coupling valve boxes prior to project completion, remove existing gravel and replace with new gravel. 3.12 GATE VALVES Valve box and pipe sleeve and concrete thrust block shall be installed for all mainline gate valves. 3.13 AUTOMATIC IRRIGATION CONTROLLER Contractor shall install controller per drawing and per manufacturer's recommendation. Termi- nate auxiliary wires in controller. Label auxiliary wires with number of valve at the end of the auxiliary wire route. 3.15 CONTROL WIRES FOR VALVES, PIPE TRACER WIRE AND SPLICES 328400 -7 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 A. Control wires are to be taped together at 10-foot intervals; then, this bundle is to be taped to the bottom of the supply main at 10-foot intervals with at least three wraps of electrical tape. B. There must be a separate"hot' lead for each automatic valve. One common wire may be used to reach all valves. Auxiliary wires shall be installed as noted on the plans. Install auxil- iary wires to pass through each intermediate valve box. Also loop hot and common wires 18" minimum as they pass through each valve box. C. Minimum size of cooper wire for this project is#14 UF. The control wires shall be Color- coded as follows: Neutral (Common)Wire: White Hot Wire: Red Auxiliary Wire: Yellow D. Tape one#14 bare copper tracer wire on top of all mains and laterals. Tie all bare copper wire together in one continuous web; locate common tie point in a 10" round gray valve box and dimension on the As-Built to two sprinkler heads. E. All splices must be encapsulated in a 3M Brand DBY Direct Burial Splice Kit. All splices must be contained in a plastic valve box. No splices are permitted between controller and the valves. 3.16 DOUBLE CHECK VALVE ASSEMBLY A. New Backflow Prevention Devices are to be certified per local Health District requirements. The Contractor shall be responsible for arranging certification and providing one (1) copy to the Owner prior to Final Acceptance. 3.17 SYSTEM FLUSHING The entire system shall be flushed prior to the installation of the sprinkler heads. After capping all risers, Contractor shall remove the cap nearest the automatic valve, flush and recap. Repeat this process until the last head on the circuit is flushed. 3.18 PRESSURE TEST A. Mainline: Conduct a hydro-static pressure test of 150 psi for 30 minutes, by attaching a test pump to the PVC mainline at any leak-proof quick coupling valve(or at temporary connection at the Contractor's option). Cap at applicable points, if necessary. Leave all system joint, connections, etc., exposed until after completion and acceptance of pressure test. Fill the mainline from the connecting point until all air is removed from the mainline. Ensure that all automatic valves are manually closed with the flow control stem prior to starting the test. Ap- ply 150-pound test to the mainline after the connecting point and hold for one hour. The max- imum allowable pressure drop shall be limited to 5 psi in 30 minutes. At the end of the test, open the test pump valve and slowly remove the pressure from the pump and mainline. The test is complete at this point if the pressure drop is at or below that prescribed above. B. Laterals: Leave all system joint, connections, etc., exposed until after completion and ac- ceptance of pressure test. Purge air from laterals and cap risers. Open valves and bring sys- tem to line pressure. Inspect lateral lines visually. Repair leaks, however minor. Re-test all re- jected systems or portion. Test before installing "swing pipe" for spray heads. 328400-8 Kent Memorial Park SECTION 328400 Bid Documents PLANTING IRRIGATION November 2017 C. The Contractor shall furnish all materials, equipment, and labor for the test and any required or necessary re-testing. The Contractor shall notify the Owner at least 48 hours prior to the test so Parks Staff may witness the test. 3.19 PERFORMANCE TESTS A. Upon completion of the system installation and after the flushing and pressure tests have been completed, the Contractor shall operate the system in the presence of the Owner. Sprinklers shall be adjusted to provide complete coverage and proper operation of the sys- tem. B. System shall be tested for manual, semi-automatic and fully automatic operation. Failure of the system to function in any of the manners described will require re-scheduling of the test. Contractor is expected to have tested all electrical components of the system thoroughly prior to calling for an automation test. Check for proper operation of Owner-provided hand-held remote control device. Owner shall verify that transmitter and receiver are operational. C. After the system demonstration, the Owner may request up to five (5) percent of the total nozzles be substituted at no additional cost to the contract. 3.20 FINAL APPROVAL Upon completion of all tests, substantial completion approval for the system will be contingent upon Contractor providing signed and approved permits as may be applicable. 3.21 SYSTEM OPERATION A. The Contractor shall schedule a training session for the Owner's representatives for the operation/winterizing of the system. The Owner will be notified of this session at least 48 hours in advance. B. When using compressed air to winterize the system, do so in two short cycles at no more than 80 psi air pressure. Do not allow pipe to compressor to get hot to the touch. 328400-9 Kent Memorial Park SECTION 329310 Bid Documents SOIL PREPARATION November 2017 PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, WSDOT/APWA Special Provisions, Division 1 of the Standard Specifications for Road, Bridge, and Municipal Construction 2016 edition ('Standard Specifications') and other Division 01 Specification Sections of these Technical Specifications, apply to this Section. 1.2 DESCRIPTION: A. The work includes furnishing and installation of soil and/or amendments for landscape planting areas. 1.3 QUALITY ASSURANCE: A. All products supplied shall comply with applicable state and local codes. B. Washington Department of Ecology, Western Washington Stormwater Manual, BMP T5.13: Post-Construction Soil Quality and Depth C. WAC Chapter 173-350, Definitions and Section 220 D. United States Department of Agriculture (USDA) Soil Texture System of Classification 1.4 RELATED WORK: A. The related work under this section includes, but is not limited to the following: 1. Section 329000"Landscape". 1.5 SUBMITTALS: A. Submit the following samples to the Architect for approval: 1. Submit(1) one half cubic foot sample of each planting soil to Architect. Submit one 5- gallon bucket full sample of each planting soil to Owner. Include written statement giving location of properties from which planting soil is to be obtained. Soils analysis per Article 1.4. 2. Compost- 1 Gallon Container with supplier certification. B. Submit a full analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, wherever applicable for other products. C. Sieve Analysis: Submit Sieve Analysis conforming to ASTM D-422 for all specified planting soil mixes. D. Saturated Hydraulic Conductivity tests conforming to ASTM D-2434 Standard Test Method for Permeability of Granular Soils(Constant Head) or ASTM D-5856 Standard Test Method for Measurement of Hydraulic Conductivity of Porous Material Using a Rigid-Wall, Compaction- Mold Permeameter. Test shall be completed on a test specimen compacted to 80%-85%of the maximum dry density determined in accordance with ASTM D-1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort. 329310- Page 1 of 4 Kent Memorial Park SECTION 329310 Bid Documents SOIL PREPARATION November 2017 E. Planting soil in-place density testing: In place planting soil density testing will be required to be performed by the Owner's authorized geotechnical lab prior to planting if field conditions, construction methods and or construction site observations indicate over compaction of planting soils have occurred. 1. In place density testing to conform to ASTM D6938 or ASTM D2937. 2. Testing Method used shall have moisture content verified by ASTM D2216. 3. In place density testing shall be done for every 500 Square feet of installed Planting soil. 4. Results of in place soil density testing shall be submitted for review and approval prior to planting. 1.6 SOIL TESTING A. Contractor shall submit certificates of compliance for soils used (Part 2—Products Section 2.1 to 2.4). Contractor shall submit delivery certificates/receipts that comply with soil specifications noted in certificate of compliance. 1.7 SEQUENCING/SCHEDULING A. Provide the following notices to the Architect and Owner: 1. In advance of planting soil delivery so that Owner may schedule independent laboratory testing on imported soil: 7 days. 2. In advance of plant material delivery so that plants may be inspected upon site delivery: 7 days. 3. Before Owner is to assume maintenance responsibility: 7 days. 4. Before time requested for inspection for Substantial Completion: 7 days, in writing. PART 2 - PRODUCTS 2.1 IMPORTED TOPSOIL A. "Bioretention Mix", as available from Corliss Resources, (253) 343-8169: 1. A Mix of Sand, and Compost. The approximate Mix ratio shall be: Mix component % by moist volume Utility Sand 60-70% Medium Compost 30-40% 2. Final tested organic matter between 4.0 and 7.0% (by dry weight). 3. Conductivity in mmhs/cm <2 4. pH shall be 6.0-7.5 5. CEC shall be 5-10 meq/100g 6. Soluble salt content shall be less than 3.0 mmhos/cm. 7. At the time of final grading, add fertilizer if required to the Planting Soil at rates recommended by the testing results for the plants to be grown. 2.2 COMPOST A. Composted material must be in compliance with WA Department of Ecology's specifications, which appear in WAC Chapter 173-350 Section 220; plus the following additional requirements: 1. The carbon to nitrogen ratio of the compost shall be below 25:1 or below 35:1 if the proposed plantings are composed entirely of plants native to the Puget Sound lowlands region. 329310- Page 2 of 4 Kent Memorial Park SECTION 329310 Bid Documents SOIL PREPARATION November 2017 2. The compost shall have an organic matter content of 35% to 65% as determined by"loss on ignition"test method. B. Compost feedstocks shall be: 98% landscape waste (Type 1) 2% food waste (Type III) C. Compost shall meet the following particle size distribution: Sieve Percent passing 1 inch (9.5 mm) 99-100 5/8 inch (9.5 mm) 90-100 1/4 inch (9.5 mm) 40-90 D. pH shall be between 5.5 and 8.0. E. Manufactured inert material shall be less than 1% percent by dry weight. F. Organic matter content shall be between 45 and 65 percent by dry weight. G. Soluble salt content less than 6.0 mmhos/cm. H. Maturity shall be over 80% per TMECC 05.05-A, "Germination and Vigor." I. Stability shall be 7 or below per TMECC method 05.08-B. J. Yard waste shall be from a permitted composting facility. K. Provide a two gallon sample with manufacturer's literature and material certification that the product meets the requirements. 2.3 COARSE SAND A. Clean, washed, sand, free of toxic materials 1. Coarse concrete sand, ASTM C-33 Fine Aggregate,with a Fines Modulus Index of 2.8 and 3.2. 2. Coarse Sands shall be clean, sharp, natural Coarse Sands free of limestone, shale and slate particles. Manufactured Coarse Sand shall not be permitted. 3. pH shall be lower than 7.0. 4. Provide Coarse Sand with the following particle size distribution: Sieve Percent passing 3/8 inch (9.5 mm) 100 No 4 (4.75 mm) 95-100 No 10(2.36 mm) 75-90 No 40 (.30 mm) 25-40 No 100 (.15 mm) 4-10 No 200 (0.75 mm) 2-5 B. Efforts should be made to use aggregate with gradation meeting Coefficient of Uniformity equal to 4 or above; and Coefficient of Curare of 1 to 3. 329310- Page 3 of 4 Kent Memorial Park SECTION 329310 Bid Documents SOIL PREPARATION November 2017 C. Provide a two gallon sample with manufacturer's literature and material certification that the product meets the requirements. 2.4 LIME A. ASTM C 602, agricultural limestone containing a minimum 80 percent calcium carbonate equivalent and as follows: 1. Class: Class T, with a minimum 99 percent passing through No. 8 sieve and a minimum 75 percent passing through No. 60 sieve. 2. Provide lime in form of dolomitic limestone. B. Provide manufacturer's literature and material certification that the product meets the requirements. PART 3- EXECUTION 3.1 PREPARATION OF SUB-GRADE: A. Scarify sub-grade soils where not in conflict with drip lines of trees to remain. Rip, till and or loosen sub-grades 12" below sub grade elevation. 1. For Landscape Planting Areas: Sub-grade elevation shall be coordinated with site sections, details and soils plan. 3.2 PLACING PLANTING SOILS : A. Landscape Planting Areas On-Grade: Place planting soil to achieve a 12" minimum depth soil profile. Soil shall be placed in lifts of 4" to 6", with each lift being tilled into the soil below to a depth of 8"to 10". Abrupt changes in soil profiles shall be avoided. Provide additional planting soil as necessary to meet finish grading as shown on plans. 3.3 FINE GRADING: A. Perform fine grading to attain finish grades as shown on the Plans. B. Rake out all rocks, roots, sticks and other debris larger than 1-inch diameter or sticks longer than 3 inches long. Leave surface even and readily able to accommodate hydroseeding or planting installation. Compaction level shall be between 80 to 85 percent density. Adjust grades and add soil as necessary as settlement occurs. 3.4 INSPECTION: A. The Contractor shall notify the Architect least 48 hours in advance of the time of inspection required for completion of soil preparation before seeding of lawn and planting of shrubs and groundcover can occur. END OF SECTION 329310 - Page 4 of 4 III. ATTACHMENTS t ATTACHMENT A: BIDDER'S PACKAGE BIDDER'S PACKAGE CITY OF KENT KING COUNTY, WASHINGTON KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE® BALL FIELD INSTALLATION BIDS ACCEPTED UNTIL: THURSDAY DECEMBER 14, 2017 1:30 P.M. BID OPENING: IMMEDIATELY FOLLOWING COUNCIL CHAMBERS, FIRST FLOOR DELIVER TO: CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032 JULIE PARASCONDOLA DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES KEN• T WASH IN O T O N BIDDER'S PACKAGE FOR KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 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 KENT MEMORIAL PARK PLAY AREA RENOVATION & WIFFLE BALL FIELD INSTALLATION 850 Central Ave. North Kent, Washington 98032 Directions from highway SR 167: Take the exit for CENTRAL AVE/84TH STREET; Co SOUTH onto CENTRAL AVENUE for approximately three-quarters of a mile; Turn LEFT into parking lot. tan &N tir spirl, S 0 S'l rr 0 A d e h ro o k IMgatisa9raients yr Seattle Tac'olna Box tivmrium Most' S 24,,'lli S V jami'n'R k J'm S'2 too, Mifi Deek Middle School INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through Thursday, December 14, 2017 up to, 1:30 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4 th 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: Kent Memorial Park Play Area Renovation & WifflleO Ball Field Installation The project consists of renovating a play area (but not installing play equipment), constructing a synthetic turf Wiffles ballfield, installing decorative concrete paving work, installing an irrigation system, and other related work as required and as indicated in the project manual and on the drawings, The Engineer's estimated range for this project is $300,000 to $340,000. Bid documents may be obtained at www.kentwa,govZprocurement. An optional pre-bid meeting will be held at 9:00 a.m. on Thursday November 30, 2017 on site at Kent Memorial Park, 850 Central Ave. North, 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 4 th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals, will be considered. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternated or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory, and responsible bidder and shall be the sole judge thereof. No pleas of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No, 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 16th day of November, 2017. KIMBERLEY A. KOMOTO, City Clerk [Published in the Daily Journal of Commerce on November 16 and November 30, 2017] CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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) Page 1 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n•r.r.rn.r nw riiw�r rnnwer 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 Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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. Page 2 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n rr.r.rnir nwr.iwrr r.-.n w.r BASE BID: KENT MEMORIAL PARR PLAY AREA RENOVATION & WrJIFFLE BALL FIELD UNIT PRICES (Unit prices include all labor, materials, and equipment necessary to provide and/or execute and/'or place Item noted.) BID SCHEDULE �No� 1 Mobilization/General 1 LS Conditions/Erasion Control 2 Earthwork/Grading 1 LS 3 Storm Drainage 1 LS 4 Concrete Paving 1 LS 5 Sandblast Finish on Selected 1 LS Concrete Paving 6 Wiffl Ball Field: Synthetic Turf 1 LS Field/Base/Underdrainage 7 Wifflee Ball Field: Fencing/ 1 LS Concrete Curbs/Footings 8 Irrigation 1 LS 9 Planting 1 LS 10 Parking Lot Improvements 1 LS 11 Playground: Concrete Curbs/ 1 LS Underdrainage/Filter Fabric 12 Crushed Rock Paving 1 LS Total Sum Bid Items 1 through 12 $ Washington State Sales Tax 10% $ Bid Amount in Words: Page 3 of 31 KENT MEMORIAL PARK PLAT(AREA RENOVATION &wIFFLE BALL FIELD INSTALLATION 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: Page 4 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION --ir- nw r-- rARR - PROPOSAL SIGNATURE PAGE PROJECT: Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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 45 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 BIDDER BY: Signature (Print Name and Title) Address Page 5 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION -­ ­r� Ai -RR GENERAL CONTRACTOR'S REFERENCES If you have not worked for the City of Kent in the past three years: Please provide three references for work performed similar in size and scope to the Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation. 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. o I have worked for the City of Kent in 2015, 2016 or 2017. Name of Project(s): Page 6 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n rnn.rmr nw rvw rr r�nur BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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 (11/16/2017), 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. 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. Page 7 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION ­nr nwr Ai rnn%, CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. If the bidder fails to request a modification within the time allowed, or 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. Page 8 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n•rrrnir nw riw�r rrn•wr 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). Page 9 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION r..r.r.r�rr nwwwrr rrin..r 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? Page 10 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n rnnr n.'- Ai rl1f1. 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as 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; Page 11 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION nrn r.rn.r nwr.iwr-r r�n.wr- 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: Page 12 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project: Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers BIDDER'S SIGNATURE Page 13 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION nsn nrnr nw n. w�r rr,n w.r SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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: Bidder's Signature Date Page 14 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION nrr�r�rnrr nn rww�r rnnRer 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 Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation. 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 $ Page 15 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION Ml^-Mfr nwr--A -r rr.n..e- 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. Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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: Page 16 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION nrr�rr nor nw nvwnr rnnR.r DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: Page 17 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n•e�rrn.r nwrvw -r r�ner 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. Page 18 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION ntnnrnr nw rvw rr r�nr 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 the Kent Memorial Park Play Area Renovation & Wiffle° Ball Field Installation 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 45 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. Page 19 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION 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. Page 20 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION ne�n.rn.r nw'•.iw i•r rrnwr CITY OF KENT BY: SUZETTE COOKE, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: Page 21 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n rn,n,rni - n•rva rr rrnur EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Page 22 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION nrn,r�rnr nw!-vwrr rr�nur EXHIBIT B (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 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. Page 23 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n rr.n.rnrr nw r.i w -r r�nwwr EXHIBIT B (Continued) 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. Page 24 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION nTn nrn+r nw rvw r•r rr,nur 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 $ Page 25 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n.rn.rnr nwwerr rr�n. r 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: Page 26 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n Tnnrnl� nArWAr- APPROVED AS TO FORM: (applicable if Mayors signature required) Kent Law Department (En this field,you may enter the electronic nepath where the contract has been saved] Page 27 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n rr�r.rnir nn�iin�r 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 Kent Memorial Park Play Area Renovation & Wifflee Ball Field Installation (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Page 28 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION nrnnrnr nwww�r rnnr TWO WITNESSES: PRINCIPAL (enter principal's name above) BY: TITLE: PRINT NAME DATE: DATE: 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 Page 29 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION --M - nwr-Kiwi-r rllfl - 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 Kent Memorial Park Play Area Renovation & Wiffle Ball Field Installation 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: Page 30 of 31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION n rr�n,rnr nw rvw�r rnnur BIDDER`S CHECKLIST Project: Kent Memorial Park Play Area Renovation & WiffleO Ball Field Installation The bidder's attention is especially called to the following City of Kent forms that must be executed in full as required: Failure to comRly in full shall result in rejection of bid. ❑ CONTRACTOR'S COMPLIANCE STATEMENT: To be completed and signed by the bidder. ❑ 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. ❑ PROPOSAL SIGNATURE FORM: To be completed and signed by the bidder. ❑ REQUEST FOR REFERENCES: To be completed by the bidder. ❑ BIDDER RESPONSIBILITY CRITERIA: To be completed and signed by the bidder. ❑ CONTRACTOR'S QUALIFICATION STATEMENT: To be completed and signed by the bidder, and sworn before a notary public. ❑ 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, signed and submitted with the bid. ❑ BID BOND: 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: To be completed and signed by the bidder, 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. The following forms are to be executed after the Agreement is awarded: ❑ PUBLIC WORKS AGREEMENT: Executed by the successful bidder. ❑ INSURANCE REQUIREMENTS: Successful bidder must provide proof of minimum required coverage with contract ❑ CHANGE ORDER FORM: For use during project if needed ❑ PERFORMANCE BOND/CERTIFICATE AS TO CORPORATE SEAL: To be executed by the successful Bidder and his surety company. The following form is to be executed after completion of the project: ❑ 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. Page 31of31 KENT MEMORIAL PARK PLAY AREA RENOVATION &WIFFLE BALL FIELD INSTALLATION ntr.rrnir nw riiw'-r r/�n.Af ATTACHMENT B: WASHINGTON STATE PREVAILING WAGES State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES Listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 11/14/2017 County Trade Job Classification Wage Holiday Overtime Note King, Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $64.54 5N 1C King, Brick Mason Journey Level $55.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $55,82 5A 1M King Building Service Employees Janitor $23.73 5S 2F . .................... King Building Seryic�(oees Traveling Waxer/Shampooer $24.18 55 2F King Building Service Employees Window Cleaner (Non-Scaffold) $27.23 5S 2F King Building Service Employees �Window Cleaner (Scaffold) $28.13 5S 2F King Cabinet Makers In I �Journey Level $22.74 1 King Carpenters Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57,28 5D 4C King C�nte�rs Floor Finisher $57.18 5D 4C -King Carpenters Floor Layer $57,18 5D 4C King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers Et Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C King Divers Ft Tenders Diver $110.54, 5D 4C 8V King Divers a Tenders Diver On Standby $67.971 5D 4C King Divers Et Tenders Diver Tender $61.65 5D 4C. King Divers a Tenders Manifold Operator $61.65 5D 4C King Divers a Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers Et Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle $57.43 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King IDredge Workers lAssistant Mate (Deckhand) $56.00 5D 3F 11/14/2017 rage ui King Dredge Workers Boatmen $56.44 5D IF King Dredge,Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King 2ffdge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $56.78 5D IH King DryNaLl.Tapers Journey Level $57.43 5P 1E King Electrical Fixture Maintenance Journey Level $27.99 5L 1E Workers King Electricians - Inside Cable Splicer $73.20 X 4E King Electricians - Inside Cable Splicer (tunnel) $78,59 X 4E King Electricians - Inside Certified Welder $70.75 X 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.691 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C. 4E King Electricians -_Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.601 5A 4D Construction King Electricians - Powerline Groundperson $45.49 5A 4D, Construction King Electricians - Powerline Heavy Line Equipment $67.60 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $67.60, 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50,76 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $90.39 7D 4A King Elevator Constructors Mechanic in Charge $100.22 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1R Products Work Only King Fence, Erectors Fence Erector $15.18 1 King ELLqgers Journey Level $39.48 7A 31,__ King Glaziers Journey Level $60.56 7L ly King Heat Et Frost Insulators And Journeyman $67.93 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $78.17 7F 1E King Hod Carriers Et Mason Tenders Journey Level $48.02 7A 31 King industrial Power Vacuum Journey Level $11.00 1 Cleaner 11/14/2017 ur�.u� w it King Inland Boatmen Boat Operator $59.861 5B 1K King Inland Boatmen Cook $56.18 5B 1 K King Inland Boatmen Deckhand $56.18 5B 1 K King Inland Boatmen Deckhand Engineer $57.26 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1 K King Inland Boatmen Mate $ 8.59 5B 1 K King Inspection/Clean in /Sealing Of Cleaner Operator, Foamer $31.49 1. Sewer-Et-Water Systems By Operator Remote Control King Inspection/Cleanin /Sealin Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer It Water Systems By Remote Control King ID5pection/Cleaning/Sealing,Of.Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer It Water Systems By Remote Control King Insulation Applicators Journey Level $57.18 5D 4C King Ironworkers Journeyman $66.68 7N 10 King Laborers Air Gas Or Electric Vibrating $46.57 7A 31 Screed King Laborers Airtrac Drill Operator $48.02 7A 31', King Laborers Ballast Regular Machine $46.57, 7A 31 King Laborers Batch Weighman $39.48 7A 31 King Laborers Brick Pavers $46.57 7A 31 King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Burner $46.57 7A 31 King Laborers Caisson Worker $48.02 7A 31 King Laborers Carpenter Tender $46.57 7A 31 King Laborers Caulker $46.57 77A 31 King Laborers Cement Dumper-paving $47.44, 7A 31 King, Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46,57' 7A 31 King, Laborers Chipping, Gun (under 30 Lbs.) $46.571 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $47.44 7A 31 King Laborers Choker Setter $46.57 7A 31 King, Laborers Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 King Laborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Form Stripper $46.57 77A Al King Laborers Concrete Placement Crew $47.44 7A 31 l 1'14/2017 War e4ct rI King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller I - - King Laborers Crusher Feeder $39,48 7A 31 King. Laborers Curing Laborer $46.57 7A 31 King Laborers Demolition: Wrecking Et Moving $46.57 7A 31 (incl. Charred Material) King Laborers flitch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 3 King Laborers Drill Operator $47.44 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King, Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller Et Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46,57 7A 31 g 7A 31 Kin Laborers '......General Laborer $46.57 King Laborers Grade Checker Et Transit $48.02 7A 3 Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker (level $48.02 7A 31 A) King Laborers Hazardous Waste Worker (level $47.44 7A 31 B) King Laborers Hazardous Waste Worker (leve( $46.57 7A 31 C) King.. Laborers High 'Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 King Laborers Motorman-dinky Locomotive $47.44 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using. Combination Of High Pressure Air Et Water On Concrete 8: Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 31 King Laborers Pilot Car $39.48, 7 31 11/14/ 017 King Laborers Pipe Layer Lead $48,021 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.44 7A 31 King, Laborers Pipe Reliner $47.44 7A 31 King Laborers Pipe Wrapper $47.44 7A 31 King Laborers Pot Tender $46.57 7A 31 King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 3i King Laborers Scale Person $46.57', 7A 31 King. Laborers Sloper (over 20`") $47.44, 7A 31 King Laborers Sloper Sprayer $46.57 7A 3311 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31 King Laborers Stock Piler $46.57 77A 31 King Laborers Tamper Et Similar Electric, Air $47.44 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $47.44 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $47.44 7A 31 Shorer Et Cribber) King Laborers Toolroorn Person (at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control. Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.44 7A 31 King Laborers Tunnel Work-Compressed Air $92.60 7A 31. Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $97.63 7A 31 80 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 Worker 44,01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 31 8 Worker 54.01-60.00 psi King Laborers $109.13 7A 31 11/14/2017 Mille 0 01 1 Tunnel Work-Compressed Air Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 31 8 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $,116.13 7A 31 Worker 68.011-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A 31 Worker 70.01-72.00 psi I King Laborers Tunnel Work-Compressed Air $120,13 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 BQ Tender King Laborers Tunnel Work-Miner $48.12 7A 31 King Laborers ,Vibrator $47.44 7A 31 King Laborers 'Vinyl Searner $46,57 7A 31 King Laborers Watchman $35,88 7A 31 King Laborers Welder $47.44 7A 31 King Laborers Well Point Laborer $47.44 7A 3l King Laborers Window Washer/cleaner $35.88 7A 3U King Laborers - Underground,Sewer General Laborer Et Topman $46.57 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $47.44 7A 31 F± Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabrication_(jaj!jqpj Fitter $15.86 1 King Metal Fabrication it I _ I _5bgM Laborer $11,00 1 King Metal Fabrica!jo�nln Shop} �Machine Operator $13.04 1 King Metal Fabrication j!a_Shop) Painter S11,10 1 King Metal Fabrication In Sho !Welder $15.48 1 King M LlLwrlght Journey Level $58.68 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 -King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker King Modular.,Buildings Toot Maintenance $11.56 King Modular Buildings Utility Person $11.56 King Modular Buildings Welder $11.56 King Painters Journey Level $41,60 LZ 2B King Pile Driver Crew Tender $52.37 5D 4_ King Pile Driver $71.35 5D 4C 11/14/2017 Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $76.35 5D 4C Compressed Air Worker 30.01 44.00 PSI King Pile Driver Hyperbaric Worker - $80.35 5D 4C Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $85.35 5D 4C Compressed Air Worker 54.01 60.00 PSI King Pile Driver Hyperbaric Worker - $87.85 5D 4C Compressed Ai'r Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $92.85 5D 4C Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker $94.85 5D 4C Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $96.85 5D 4C Compressed Air Worker 70.01 72.00 PSI King Pile Driver Hyperbaric Worker - $98.85 5D 4C Compressed Air- Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C. King Plasterers Journey 'Level $54.89 7C) 1 R King Playground 8t Park Equipment Journey Level $11.00 1 Installers King Plumbers Et Ptpetrtters Journey Level $79.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power Equipment Operators, Assistant Engineer $56.90 7A 3C 8P King Bower Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P King Power Equipment.Operators Bobcat $56.90, 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power Equipment Operators Brooms $56.90 7A 3C 8P King.. Power E ut meat Operators Bump Cutter $59.96 7A 3_C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P King Power Equipment Operators Chipper $59.96 7A 3C 813 King Power E ui meat Operators Compressor $56.90 7A 3C 8P King Power Equipment.Operators Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment 012erators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power E ui went Operators $59.49 7A 3C 8P 11I14/2017 vage 6 or i Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. King Power E uipment Operators Concrete Pump: Truck Mount $59.96 7A X 8P With Boom Attachment Up To 42m King Power Eguipment Ogerators Conveyors $59.49 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments King Power Eguipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61,72 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $6233 7A 3C 8P 300' of boom including jib with attachments, King ;Power Efflipment Ogerators Cranes., 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes through $61.72 7A 3C 8P 199 tons King Power Eauir)ment ODerators Cranes: Through 19 Tons With $59.49 7A 33CC 8P Attachments A-frame Over 10 Tons King Power Equipment Oj2erators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King, Power Equipment Operators Derricks, On Building Work $60.49 7A 3C .8P King Power Equipment Operators Dozers D-9 EL Under $59.49 7A 3C 8P King Power Equipment.Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Power Eguipmeat Operators Drilling Machine $61A0 7A 3C 8P King Power Eguipment Operators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $59.96 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $59.49 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $59,96 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $56.901 7A 3C 1/14/'2017 | bl4/20|7 roAc mor /King Power EgUipment Operators �Quick Tower - No Cab, Under $56.90 7A 3C 8 P 100 Feet In Height Based To Boom King Power Eguipment Operators Remote Control Operator On $60.49 7A X 8P Rubber Tired Earth Moving Equipment King 'Power Equipment Operators Rigger And Beltman $56.90 7A 3C 8P King Power E King Power Eguipment Ogerators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Mu(ti-lift $59.49, 7A X 8P Materials King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P King Power Equioment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Power Equipment ga�trators Scrapers - Concrete Et Carry Alt $59.49 7A X 8P King Power Egiuipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power Eguigment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Egu�ipment Operators Shotcrete/gunite Equipment $56.90 7A X 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. King Power Eguipment.Operators Shove[, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King PowerEguipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Eguipment Operators Shovel, Excavator, Backhoes: $61.10 7A X 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A X 8P Over 90 Metric Tons King Power EgUipment Operators Slipform Pavers $60.49 7A 3C 8P King Power EguipmenL Operators Spreader, Topsider Et $60.49 7A 3C LP Screedman King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power EguiQment Operators Tower Crane Up To 175' In $61.10 7A X SP Height Base To Boom King �Power Equipment Operators Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base to boom King Power Eguipment Operators Tower Cranes: over 250' in $62.33 7A 3C 8P 1 height from base to boom I King Power Equipment Operators Transporters, All Track Or $60.49 7A X 8P Truck Type I King Power,,Eguipmient Operators Trenching Machines $59.49 7A X SIP King PowerE ||/k4/20|7 Truck Crane Oiler/driver - 100 Tons And Over —King Power Equipment Operators Truck Crane Oiler/driver Under $59.49 7A 3C 8P 100 Tons King, Power Eguipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P King Power Equipment Operators Welder $60.49 7A 3C SP King Power Eguipment 0 Wheel Tractors, Farmall Type $56.90 7A 3C 8P perators King Power Eguipment Operators Yo Yo Pay Dozer $59.96 7A X 8P King Power Equipment Operators-, Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer ft Water King Power Equipment Operators- Barrier Machine (zipper) $59'.96 7A 3C 8P Underground Sewer Et Water King Power,Eguipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer a Water King Power Eguipment Operators- Bobcat $56.90 LA X 8P Unde[ground Sewer Et Water King Power Eguipment-Operators- Brokk - Remote Demolition $56.90, 7A X 8P Unde[ground Sewer Et Water Equipment King Power EgUipment Operators- Brooms $56.90 7A 3C 8P King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer fit Water I King Power Eguipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer Et Water Undereround Sewer Et Water Underp ,round Sewer Et Water King Power Eguipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P UndeEground Sewer fit 'Water With Boom Attachment Over 42 King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A X 8P Underground Sewer Et Water 'Screed King Power Eguipment Operators,- Concrete Pump - Mounted Or $59.49 7A 3C 8P Uncle[ground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure, King Power Eguipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Undereround Sewer ft Water, With Boom Attachment Up To King Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer Et Water King Power EquiRment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $59,96 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With I Attachments) 104/20l7 pogcuov /King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72, 7A 3C 8P Underground Sewer Ft Water '250' of boom including jib with King Power Eguipiment Operators- Cranes: 300 tons and over or $62.33 7A 3CI Underground Sewer & Water 300' of boom including jib with attachments King Power Eguipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground Sewer Ft Water Tons, Under 150' Of Boom �(inctuding Jib With King Power Eguipmen't Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C, 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $61.72 7A 3C 8P Underground Sewer & Water 199 tons King Power E_quipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer Ft Water Attachments A-fr,ame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer 8t Water King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A X 8P Underiground Sewer 8t Water (power) King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer, Et Water King Power Equipment Operators- Dozers D-9 Et Under $59.49 7A 3C 8P King Power Eguipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C SP Unde[ground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $56.901 7A 3C 8P Underground Sewer a Water Permanent And Shaft Type King Power Eguipment.Operators- Finishing Machine, Bidwell And $59.96 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment 01?erators- Forklifts: Under 3000 Lbs. With $56.90 7A X 8P Underground Sewer ft Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue, $59.96 7A 3C 8P Underground Sewer Et Water lPrinLs, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer Et Water King Power E_quipment Operators- IGuardrail Punch $59.96 7A 3C 8P Underground Sewer Et Water Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $59.96 7A 3C 8P Underground Sewer a Water Articulating Off-road Equipment Under 45 Yards King Power Equipment )perators- Horizontal/directional Drill $59.49 7A 3C 8P | 04/20|7 \ |/\4/20|7 rage /401 / / Power E_quipment Operators- Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground'Sewer ft Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Beilman $56,90, 7A 3C 8P Underground Sewer a Water King Power EguiQment Operators- Rigger/Signat Person, Bettman $59.49 7A 3C. 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $60.49 7A X 8P Underground,-Sewer Et Water King Power Equipment,Operators- Roller, Other Than P(ant Mix $56.90 7A 3C 8P Underground Sewer Ft Water King Power Eguipment Operators- Roller, Plant Mix Or Multi-tift $59.49 7A X 8P Underground Sewer Et Water Materials I Underparound Sewer Et Water King Power Equipment Operators- Saws - Concrete $5949 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A X 8P King Power Equipment P - Scrapers - Concrete Et Carry ALI $59.49 7A 3C 8P King Power Equipment Operators- Scrapers, Self-propelled: 45 $60.49 7A X 8P Unde[grOUnd Sewer Et Water �Yards And Over King Power Eguipment Operators- Service Engineers - Equipment $59.49 7A X 8P Underground Sewer Et Water Underground Sewer Et Water King Power Eg!uipment Operators- Shovel , Excavator, Backhoe, $59,49 7A X BP Underground Sewer ft Water T(actors Under 15 Metric Tons. King Power Eguigment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equigment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C. 8P Underground Sewer a Water Tractors: 15 To 30 Metric Tons King Power Eguipment Operators- Shovel, Excavator, Backhoes-, $61.10 7A X 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shove[, Excavator, Backhoes: $61.77 7A X 8P Underground Sewer Et Water Over 90 Metric Tons King Power Eguipment Operators- Stipform Pavers $60 49 7A 3C 8 P Underground,Sewer 8L Water King Power Equipment Operators- Spreader, Topsider Et $60.49 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators-, Subgrader Trimmer $59,96 7A 3C 8P Underground Sewer Et Water King Power Eguipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer Et Water | |/|4/2017 | )/14/2O|7 Nate IU Olt I I King Shipbuilding Et Shi Re air Sheet Metal $41.981 7T 48 King Shipbuilding Ship Repair Shipfitter $42.05 7T 4B King. Shipbuilding 6 Shi Re air Trucker $41.91 7T 4B King Shipbuilding ft Ship Repair Warehouse $41.94 7T 4B King Shipbuilding Et Shi Re air Welder/Burner $42.05 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical} King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27,28 1 Electrical King Sign Makers It Installers None Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $47.61 5A 3D King Solar Controts For Windows Journey Level $12.44 1 Kin Sprin kler nkler Fitters (Fire Journey Level $74.49 5C 1X Protectio)l King Stage Rig , Mechanics (Non Journey Level $13.23 1 Structurali King Stone Masons !Journey Level $55.82 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $60,49 7A 3C 8`P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction Cable Splicer $38.84 5A 2B Outside King Telephone Line- Construction Hole Digger/Ground Person $21.45 5�A 2B Outside King Telephone Line Construction . Installer (Repairer) $37.21 555A 2_B Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5_A 2g Outside King, Telephone Line Construction - Special Apparatus Installer 11 $38.03 5A 2_8 Outside King Telephone Line Construction - Telephone Equipment Operator $38.84 5A, 2B Outside (Heavy) King Tele hone Line Construction . Telephone Equipment Operator $36_09 5A. 2B Outside (Light) King Telephone Line Construction . Telephone Lineperson $36.09 5A 2B Outside King Telel2hone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line-Construction - Television Lineperson/Installer $27.21 5_A 2B Outside King, Telephone Line Construction - Television System Technician $32.55 5A 2B Outside 11/14/2017 King Telet Bone Line Construction - Television Technician $29.18 5A 22BB lOutside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Setters Journey Level $51.36 5A 1M King Tile, Marble Et Terrazzo Finisher $42.19 5A 11BB Finishers King. Traffic Control Stripers; Journey Level $44.93 7A 1_K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) — King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Puma tiler $12.97 1 Installers King Well Drillers Et Irri ation Purn Well Driller $18.00 1 Installers I I/1 4/2017 d i 2 2 < o z ot h•t c s Ly ui CL 4 W awJ „ ' ' E [ li tL 17 i 3 H LLJ 0- L le x� 4 � w z uj ri Z w 0 £ ! a C i �. , �1 w u " r.: I s i K LL - � �'....... ° C - •.....I. ®. z5 2, Z UJ 1 W 0 Z Z a ui A- a a r ---------- ---- Z ui 0 0w r %' �> n u � I w u � o a Z 1 ry , \y C�. w k w r � _ i � W T i a 0 w' ♦ Q fC .^ .... ti e ___..............________________.__........__a..M....-----. — L1. aui< F-LLJo c_3 W to :. G3 Y ' C G aka" 0 9 �r 4 I c I ' j I ti ��— —----- I V �. Ir L——————— —'----,— �t Lu d 0Z I-; aw J < z CL z zo fl DZ O3 a w^. �s Q C,7 UJ Lyl w tL n nO�M�cfff g tY , r d 4 CJ0 la CCLL. LL -1 �jCO O Z 0 z 00 Li �-� w e m Lu L3 :0 LL [C p U 0 d IL'IJ L) - r L.�.1<CL F [fl d u 1 Z L' zu l ti i r—m w , � 777\_ s 8 j J/ Z + - - - - - - -� J © v 2 � m Z o B A m ,a 0 �Zm W; W W s� LLI C) uiui w0 �s LLB CL <�w 0" x ¢ _ ' u -z� .. W awe a of rcT cr + aJ pp �� ., ..I�i �y_ &— X � W a W r. M Y _--- -- e I " 1 Ir I i7 I, J I I ' I I I I � I I I I I + ( �� w w 0. I � I I I I a I � I W W I W I a U kj y� b < Ia , y, d \" � ;., Ixuj I I m I I _..............._.._._.-------------- ------------------------------J ua LLI W u s .s cn °; gal m 1 I t 1 i � z 11 I 1 ✓ � I 4 My, ,r I 41 t t I � w r/ 1 Y � � r IFf M _______ \ _-__�______r__`__/_ r f -- ———— ——— Mmi EE.�.flE[T i.-------r_ Y' C) a S- nJ' "3 ti v w`� n ¢'"ti^,-1 Y � \''`..y I .., .3✓j' b m z �• 'e� p rn rj 1 _ r' Y rl , *{ I r ] I 4 w m �� �y ;m art a mm m .� 5 � w O 0� C3 z n o z . A D Z ...... �. 'q p — 77 n � Y i m D A 3 G Ml 3 i , -nZr m 007, ss ? z {71 co z C 0 Z) n © b-a r Z. > D Z q ..i z �753 Z IL z ¢ ' cc2i �[ a LL' ui �W'tYF�❑ $ �� o �t - W r+ W W a ,1'R HU'l,'V .?-✓e'-nS giwa,e M'r."A,l Ala 'I1A0YN'It A'f TIVkiIVII9","19U°9M„YM0`6Pft1,b 4✓M�. 'r,>VY!,rh IIVHq L :7 IM P/ mm DA ar D n UGF �V✓' 17, a✓6 1" rat r' 411 Irv✓' IM }kYlE LN AP IN lad i1 U, CL M O;y rIM'a a 1 0 , z a � ; I L dd 12, 5 ,d L z 0 , .w , MO 5 v - ---------- -- �rW PQ >2 (1[ m 6) T, m 03 0 Q z > z e r— > 5 Z 0 0 z 0 a U v `C LL1 ®I zLL 1 Lf '' © CY3 ou LLJ a w Sao * �� � ME `s :1 uj Z'Ir Q r UJ UJ h E+n ry x r i ca ld', - , uj w„ .w . .. ,Y r s� f '.ILLIrI T ri -: Lu T LL Y z 6 n> -n Z M IK -i ;u m m 'A m z >>z 070r- E �z 6 2 2 z C C7 '" c CL LLJ uj LLI ��C7� LLI LZ I ;tlit NAM y y a 4 I'm t S q. :. 1 sly Fit, 1,NOW 'plop R fKIM sit , w w � e s „ �r -; z z oil q Not n ::)zLLJ s m CY J tea- J_w 0v cam r �C y t LL Lij " 4S�P �111 ry 1{ d i M^ '-D.; ., if uj 4 1 b<, I — 5 \ l ® % i T7 / l ti, 1_f .. �S .d W J u w k1 ui O a v m w © X _ W of m LL ar E< j wow. J n �Lj W D- J rtcs tic .``V/ cc � -/ p1 ui uj auj 1 z w z r : .. ~' v i u 'r e � i I ui C3 LU f- u9 _ W UI 2 ol U. 0. . [ LUfn Ir cn r z z� Cz �z� m� x 00 CL J w LL 0- � v1 k t r u r K r A ' a Q ' — T 1 e G 2 6 din cr_ ram} 21 r� oi J� J x„ t , , P I C� Q � ❑ c U J A zo zz �o p � �❑ as ��-� 2i¢C7 ¢LLJ'w Li- � w� ' � w �z , � ! �— ——— -- —1, 46 771 �jl "r C1 S 1 v 0 ✓ r r CL. rr w J C] a ; 2 v5 Q Z J =W oz" � z a - LLI CD =eoo n u vCIOw o - r>ww z Y CL� tr a v►J n, c LIJi Lu wLLJ W) J z �. Im H � J y . uj Y .. .�".. ..(y ©t z � rr Cx IIIfL � 3 � h a O �1 $ zI' Li 'Al [ "s w Oj L.: o� 1140 K ir ENT Agenda Item: BID - 9A TO: City Council DATE: January 16, 2018 SUBJECT: Kent Memorial Park Play Area Renovation & Wiffle(41 Ball Field Installation - Award MOTION: Award the Kent Memorial Park Play Area Renovation & Wiffle" Ball Field Installation project to Harkness Construction in the amount of $412,989.50 (including Washington State Sales Tax), and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project will renovate the playground and build a wiffleball field at Kent Memorial Park, The playground is, at the end of its useful life and the new wiffleball field is being partially funded by a $75,000 grant from the King County YSFG program and a $25,000 from the Kent Lions, A public bidding process yielded a total of five (5) bids, with the lowest responsible bidder being Harkness Construction, The Engineer's estimate for this project is $300,000 to $340,000, EXHIBITS: Bid Tab dated December 14, 2017 RECOMMENDED BY: Parks, Recreation and Community Services Director YEA- N/A NAY: N/A BUDGET IMPACTS: Expense impacts to the KMP Playground & Wiffleball Field budget. Kent City Council Regular Meeting January 16, 2018 Minutes Kent, Washington Approved February 6, 2018 The Mayor was authorized to accept the Horseshoe Bend Levee Storm Outfall Pipe Slip- Lining Project as complete, and to release retainage to NW Relining LLC., upon receipt of standard releases from the state and the release of any liens. I. South 212th Street and 72"d Avenue South Intersection Improvements Project - Accept as Complete The Mayor was authorized to accept the South 212th Street and 72nd Avenue South Intersection Improvements Project as complete, and to release retainage to Kiewit Infrastructure West Company, upon receipt of standard releases from the state and the release of any liens. 19. Other Business None 10. A. Kent Memorial Park Play Area Renovation and Wiffle@ Ball Field Installation - Award Hope Gibson, Parks and Development Manager, provided details regarding the Kent Memorial Park Play Area Renovation and Wiffle@ Ball Field Installation. Councillmember Fincher moved to award the Kent Memorial Park Play Area Renovation and Wiffie@ Ball Field Installation project to Harkness Construction in the amount of $412,989.50, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Parks, Recreation and Community Services Director, seconded by Councillmember Maur. The motion passed with a unanimous vote of 7-0. B. Lake Meridian Park Bathhouse Remodel - Award Hope Gibson, Parks and Planning Manager, provided details regarding the Lake Meridian Park Bathhouse Removal project, Councilmember Fincher moved to award the Lake Meridian Park Bathhouse Remodel project to Optimus Construction and Development, Inc., in the amount of $407,5SO.001, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Parks, Recreation and Community Services Director, seconded by Counclimember Budell. The motion passed with a unanimous vote of 7-0. C. 2018 Traffic Sign Replacement Project - Award Tim LaPorte, Public Works Director, provided details regarding the 2018 Traffic Sign Replacement Project. Page 7 of 8 � r I i I `I I ,. Ul i 1 1 I 1 r IJ 1' 1 � 1 � 1 l f