Loading...
HomeMy WebLinkAboutCAG2020-001 - Original - Mike McClung Construction - Riverbend Driving Range Improvements Phase 1 - 01/02/2020 ,OeN Agreement Routing Form KENT For Approvals,Signatures and Records Management Director initials W ASn I GTON This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Manager initials I Originator: Lynn Osborn for Terry Jungman Department: Parks Date Sent: 12/30/19 Date Required: Soonest possible please R > Authorized Director Date of 0. to Sign: ❑ Council 12/10/19 aMayor Approval: Budget G20031 Grant? Yes ❑✓ No Account Number: Type: N/A Vendor Mike McClung Construction Company Category: Contract Name: Vendor 384333 a Number: Sub-Category a Project E Name: Riverbend Driving Range Improvements Phase 1 0 = Project C Details: excavation, grade & fill, irrigation 0 Agreement Basis for E g $1 417 130.00 0 Amount: r Selection of Bid f. Contractor: all a Start Date: ]an. 2020 Termination Date: 75 days Notice required prior to Yes No Contract Number. (tea 0_ p disclosure? I CA Date Re Comments: 0 zG City of Kent 0 a Mayor L ENT W ®E'P 117+ Date Rou d to the Mayor's Office: d Date Routed to the City Clerk's Office: / Date Sent to Originator: Visit Documents.KentWA.gov to obtain copies of all agreements adccW22373_6_19 CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Mike McClung Construction Company, organized under the laws of the State of Washington, located and doing business at 712 Main Street, Suite A / PO Box 1189, Buckley, WA 98321 ("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: Riverbend Driving Range Improvements Phase 1 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 Notice to Proceed and be completed within 75 calendar days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. The total contract amount, including Washington State Sales Tax, is $1,417,130.00. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the 'gone 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: t/2- ATT T: ' KIM ERLEY A K OT , CI RK APP ID AS TO FORM: E W DEPARTMENT OR BY: PRINT N Steve McClu g TITLE: President DATE: 12/12/2019 10.A KENT W A$N N G O N DATE: December 10, 2019 TO: Kent City Council SUBJECT: Riverbend Driving Range Improvements Phase 1 Project - Award MOTION: Award the Riverbend Driving Range Improvements Phase 1 project to Mike McClung Construction Company in the amount of $1,417,130.00 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Parks Director. SUMMARY: This project will remove the outdated artificial turf and driving range features, re-grade the range area to improve drainage, install irrigation and natural turf, and replace and relocate perimeter netting and poles on the eastern portion of the range to allow for expansion of the building in the next phase. The bid opening was held on November 22, 2019 yielding a total of ten (10) bids, with one bid determined after review to be non-responsive. The lowest responsible and responsive bid was submitted by Mike McClung Construction Company in the amount of $1,417,130.00. The Engineer's estimate for this project is $1 Million to $1.25 Million. BUDGET IMPACT: Expense impacts to Driving Range Expansion and Remodel capital budget SUPPORTS STRATEGIC PLAN GOAL: Inclusive Community, Thriving City, Evolving Infrastructure, Innovative Government ATTACHMENTS: 1. EXHIBIT Riverbend Driving Range Improvements Phase 1 Award (PDF) Packet Pg. 272 10.A.a PROJECT NAME: Riverbend Driving Range Improvements Phase 1 KENT ' PROJECT #: PK20-02 0 ENGINEER'S ESTIMATE: $1 Million - $1.25 Million a` BID OPENING DATE: 11/22/2019 BID OPENING TIME: 11:00am 0 BID OPENING ii LOCATION: City Hall, Chambers ADDENDA ISSUED: 0 as BASE BID BID E a� BIDDER NAME TOTAL AMOUNT ADDENDA BOND ° a KC Equipment LLC $1,546,146.80 X E d c C&R Tractor and Landscaping $1,485,029.27 X a� Oak Hills Construction $1,540,000.00 X •L 0 Ohno-Touchdown IV $1,919,500.00 X L Northwest Cascade Inc. $1,558,969.50 X Pivetta Brothers Construction Inc. $1,556,036.62 X N It- N_ Mike McClung Construction Company $1,417,130.00 X -0 L Quigg Bros., Inc. $1,529,000.00 X a r Olson Brothers Excavating Inc. * $978,835.00 X r a Rodarte Construction Inc. $1,698,950.00 X aD E a� 0 L a E 0 a� c c� a� c c m L Base Bid Apparent Low Bidder: Mike McClung Construction Company ~ _m x * Non-responsive bid w c as E City Clerk: Kimberley A. Komoto .r Riverbend Driving Range Improvements Phase 1 Q Project PK20-02 Bid Tab Page I of 1 1 Packet Pg. 273 BIDDER'S PACKAGE CITY OF KENT KING COUNTY, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Project Number PK20-02 BIDS ACCEPTED UNTIL: MONDAY, NOVEMBER 22, 2019 10:45 A.M. BID OPENING: MONDAY, NOVEMBER 22, 2019 11:00 A.M. COUNCIL CHAMBERS, FIRST FLOOR DELIVER TO: CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032 KENT PARKS, RECREATION & COMMUNITY SERVICES TERRY ]UNGMAN BRODERICK ARCHITECTS KEVIN BRODERICK �-/ KENT 'NA>I,.11 1O N BIDDER'S PACKAGE FOR RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 TABLE OF CONTENTS • Site Location Map • Invitation to Bid • Information for Bidders BIDDER FORMS 1. Contractor Compliance Statement 2. Declaration of EEO Policy 3. City of Kent Administrative Policy 1.2 - Minority and Women Contractors 4. EEO Compliance Statement 5. Proposal 6. Bid Summary 7. Proposal Signature Page 8. General Contractor's References 9. Bidder Responsibility Criteria - Qualified Bidder 10. Bidder Responsibility Criteria - Compliance with Wage Statutes 11. Contractor's Qualification Statement 12. Subcontractor List for Contracts Over $100K 13. Subcontractor List for Contracts Over $1M 14. Bid Bond Form 15. Combined Declaration Form - Non-Collusion & Minimum Wage 16. Contract 17. Insurance Requirements 18, Change Order (C.O.) Form 19. Payment and Performance Bond 20. Request for Information (RFI) Form 21. Bidder's Checklist t a . � • jJ A r 'Qn h y� C 'y UIUr�r.�.S�,�A n�. t �• �Pr tr]n ar '1 SEW 1 � r�. „S`r v`:� • i. W MFrKe S o-.:N;W 4b ' 4A& Aw S1 b .i € x �� INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through November 22, 2019 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 PROJECT NUMBER PK20-02 The project consists of removal of the existing artificial turf and existing range features, removal of designated trees, re-grading the driving range (approximately 6,800 cubic yards of excavating / grading with approximately 5,400 cubic yards of new imported material), replacing and relocating the perimeter fencing and poles on the eastern portion of the driving range, installing a new irrigation system and new natural turf. The Engineer's estimated range for this project is $1 Million - $1.25 Million. For all technical questions contact Sean Hill at Broderick Architects NO LATER THAN November 18, 2019, at sewn@broderickarchitects.com or (206) 682-7525. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4tn Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the Parks Recreation & Community Services Planning & Development Division, City of Kent, Washington. Plans and specifications can be downloaded at no charge at www.KentWA.gov/Procurement. There will be a pre-bid walkthrough at 2:00 PM on Tuesday, November 12, 2019 for General Contractors and Sub-Contractors at Riverbend Driving Range, 2020 W. Meeker Street, Kent WA 98032. No oral communications will change the content of the invitation to bid. Only an addendum issued to amend or supplement the invitation to bid is binding. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. Bidder Prevailing Wage Training Requirements are mandatory for this project. Bidder must provide proof of required training or exemption from requirement. RCW 39,04.350. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of Wxty (60) days after the day qf. bid opening. Dated October 30, 2019. BY: 01 .--&4) Kimberley omoto, City Clerk [Published in Daily Journal of Commerce on November 1 and November 8, 2019.] INFORMATION FOR BIDDERS RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. o The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. All blanks in the proposal forms must be appropriately filled in. Bid documents must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. 3. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. 4. The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A Bidder who wishes to claim error after the bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the bid, requesting relief from the responsibilities of award. o The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the bid. The affidavit and the work sheets shall be submitted to the City's Representative no later than 5:00 p.m. on the first business day after bid opening, or the claim will not be considered. c The City's Representative will review the certified work sheets to determine validity of the claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all bids may be rejected or award made to the next lowest responsive, responsible Bidder. 5. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. 6. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, Insurance certification as required by the contract, and a satisfactory bond as required by law. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. 7. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 8. No claim for delay shall be granted to the contractor due to his failure to submit the required documents to the City in accordance with this schedule. 9. The "Payment and Performance Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Performance Bond language of the contract. 10. Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 11. The Contractor shall include all costs of doing the work within the bid item prices. In the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and material required to perform the work shall be incidental and included with the bid item prices in the contract. 12. Refer to the insurance requirements in the project contract, which constitute the Contractor's Insurance requirements for this project. 13. In the event that inclement weather becomes a factor during the golf course construction phase, preventing the Contractor from reasonable pursuit of the project, the Contractor shall notify in writing with 48 hours of determination of the Owner's Representative and if justified, the Architect will add such time to the contract time, and to the seeding deadline. No additional general conditions will be allotted for this time. BIDDER FORMS FOR RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 CONTRACTOR COMPLIANCE STATEMENT (Presidential Executive Order #11246) Date 11/22/19 This statement relates to a proposed contract with the City of Kent named R_IVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 Presidential Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Mike McClung Constx ction Co. NAME OF BIDDER, BY: SI NATURE/ ITLE Steve McClung - President 712 Main St STE A/ PO Box 1189 Buckley, WA 98321 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE I 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 t ulfill the requirements referenced above. By: For: Mike McClung Constructio o. Title: President Date: 11/22/2019 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION& BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 2 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION& BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 3 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 4 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Mike McClung Construction Co. 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 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 (*). CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 5 i /VI C v I BASE BID: RIVERBEND DRIVING RANGE IMPROVEMENTS Phase 1 UNIT PRICES - include all labor, materials, equipment and overhead necessary to purchase and install each item according to specifications. (Reference SECTION 01 2200 - UNIT PRICES) UNIT PRICE SCHEDULE Item Plan Price Total No. Item Description Quantitv Unit Per Unit Amount 1 Sand 00 Section 31 2200 7�0 Ton 3� p0 a55 0 0 2 Fill �/ n Sq.Section 31 2200 `�+ ��'` Yd. A WA &A 3 Underground Sprinklers 7600 LF Q oo /D 00 Section 32 8423 D b D 4 1 Seeding aS000 Sq. 1 . 10 a 7 .��00 o0 Section 32 9219 Yd. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 6 BASE BID: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Include all labor, materials, equipment and overhead necessary to complete each Item. BID AMOUNT SCHEDULE Item Plan Price Total No. Item Description Quantity Unit Per Unit Amount 1 Division 1 1 LS 9oCoo �O obo General Requirements II 2 Division 2 1 LS Existingc�Conditions so 000 i 3 Division 3 1 LS Concrete id doo IC)000 4 Division 11 1 LS Equipment -�coo 5 Division 31 1 LS Earthwork lq05 0 gv500o 6 Division 32 1 LS p� 30� �� 3pO Exterior Improvements D , 7 Division 33 1 LS ' C Utilities Coo ' 50cO J ? Subtotal $ 10% WA State Sales Tax $ �lD OJ Base Bid Total Amount $ ( '_I « 1 30. O0 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 7 The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: ATE: 11/22/2019 (sign ure) By: Steve McClung Title: President (print name) Company Name: Mike McClung Construction Co. Address: 712 Main St STE A/ PO Box 1189 City/state/Zip: Buckley, WA 98321 Phone: 360-761-7695 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 8 BID SUMMARY BASE BID TOTAL AMOUNT $ 7 , CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION& BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 9 PROPOSAL SIGNATURE PAGE PROJECT: RIVERBEND DRIVING RANGE IMPROVEMENTS - ,ease 1 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 75 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: 11/22/2019 Mike W%wonstryption Co. NA Signature of Authori epresentative Steve McClung jPreoclent (Print Name and Tit 712 Main St STE A / PO Box 1189 Address Buckley, WA 98321 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 10 GENERAL CONTRACTOR'S REFERENCES If you have not worked for the City of Kent in the past three years: Please provide FIVE references for work performed similar in size and scope to the RIVERSEND DRIVING RANGE IMPROVEMENTS - Phase I. At least two of the references should be from a public agency. SEE ATTACHED __Agency Name _Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx,), Yr. Agency Name Address, city, state, zip Phone Contact Name _-Name of Project _.._Contract Amount (approx.), Yr. Note: This form must be included with your bid. ❑ I have worked for the City of Kent in 2017, 2018 or 2019. Name of Project(s): CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 11 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 This statement is required by state law (RCW 39.04.350(1)(f)) 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 (11/01/2019), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Mike McClu Construction Co. :Bidd ess N r g ature Authorized icial* Steve McClung Printed Name President Title 11/22/2019 Buckley Washington Date City 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 12 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 (1110112019), 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. Mike McClung Construction Co. Bidder's 7ftsUlnessame 6 By: Signature of Authorized Of " al* Printed Name: Steve MCCIun Title: President Date: 11/22/2019 City and State: Buckley, Washington *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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 13 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for RIVERREND DRIVING RANGE IMPROVEMENTS - Phase 1 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. Indicators of contractor 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 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 postal 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 14 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oat that the inf ation provided herein is true and sufficiently complete so as not e mislea i SUBMITTED BY: NAME: St6ve McClung ADDRESS: 712 Main St STE A / O ox 1189 Buckley, WA 98321 PRINCIPAL OFFICE: Buckley, Washington ADDRESS: 712 Main St STE A / PO Box 1189 Buckley, WA 98321 PHONE: 360-761-7695 FAX: 360-761-7529 STATUTORY REQUIREMENTS 1. MINIMUM CRITERIA REQUIRED BY WA STATE LAW 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. *SEE ATTACHED 1.2 Provide your current state unified business identifier number. 602-201-004 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. *SEE ATTACHED 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 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 15 three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). *SEE ATTACHED 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions 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. *SEE ATTACHED 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. *EXEMPT, See attached business license & list of references SUPPLEMENTAL CRITERIA — Established by the City of Kent to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 17 years 2.2 How many years has your organization been in business under its present business name? 17 years 2.2.1 Under what other or former names has your organization operated? None 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 4/25/2002 2.3.2 State of incorporation: Washington State 2.3.3 President's name: Steve McClung 2.3.4 Vice-president's name(s): N/A 2.3.5 Secretary's name: Kelson McClung 2.3.6 Treasurer's name: I'll 2.4 If your organization is a partnership, answer the following: N/A 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: N/A 2.5.1 Date of organization: 2.5.2 Name of owner: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 16 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 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. *SEE ATTACHED 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington State 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Excavation, Grading, Sewer, Water, Storm 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? NO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits NO 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? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) NO 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. *SEE ATTACHED 4.4.1 State total worth of work in progress and under contract: $650,000 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. *SEE ATTACHED 4.5.1 State average annual amount of construction work performed during the past five years: $2,000,000 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. *SEE ATTACHED 4.7 On a separate sheet, list your major equipment. *SEE ATTACHED CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 17 S. REFERENCES 5.1 Trade References: *SEE ATTACHED 5.2 Bank References: *SEE ATTACHED 5.3 Surety: *SEE ATTACHED 5.3.1 Name of bonding company: *SEE ATTACHED 5.3.2 Name and address of agent:*SEE ATTACHED 6. FINANCING WILL COMPLY 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION& BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 18 7. SIGNATURE 7.1 Dated this 22nd day of November , 20 19 Name of Organiz ' n: Mike McClung Construction Co. By: Title: President 7.2 Steve McClung , 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 a-�t day of NoyP"e—r , 20_V°1 Notary Public: My Commission Expires: 0 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 19 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: RIVERBEND DRIVING RANGE IMPROVEMENT - Phase 1 Project Number: PK2�0-t02 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 CITY OF KENT, WASHINGTON (IVER)BND DRIVING RANGE IMPROVEMENTS -Phase I PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 20 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Mike McClung Construction Co. Project Name: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Project Number: PK20-02 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: Not Applicable Subcontractor Name: Subcontractor Name: 11/22/2019 Bidder's Signature Date CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 21 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Mike McClung Construction Company as Principal, and The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of $ 5% of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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, SEAL AND DAT HIS 22nd DAY OF November 20 19 Mike McCI onstructio pany PRINCIPAL T hio Casu sur c ompany t Carly spiritu, Attorney-in-Fact Received return of deposit in the sum of$ DATE: 20 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 22 This Power of Attorney limits the acts oft hose named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual,. The Ohio Casualty Insurance Company Certificate No 3200930-023049 - West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holli Albers,IJeather L.Allen,James B Binder,Brandon K.Bush,Carley Espiritu,Jacob T Haddock,Diane M Harding,Brent E Ilcilescn,Kyle 1oscceh Ilovwat Cynthia L. Jay,Aliceon A Keltner,Christopher Kinyon,Michael S Mansfield,Jamie L Marques,Erica F.Mosley,Annelies M Richie.Sara Sophie Sellin,Donald Percell Shanklin.Jr,Karen C Swanson,Misti M Webb,uric A Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of April 2019 . Liberty Mutual Insurance Company P� iNSUR4 PO*q INs,, iNsug4 The Ohio Casualty Insurance Company J ooaPo�r��f yJ 4o000,�yy 4P4oRPoa4 yc West American Insurance Company J + o m Q 3 o C+ 3 `�� rn y M1912 o z 1919 o a 1991 �r d.�877 C`usr dad ��HknwPs,dL$ fs,�bo�AN>ada By: 1 • F M t A — rn c David M Carey,Assistant Secretary State of PENNSYLVANIA n County of MONTGOMERY ss N On this 17th day of April 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes =� N > therein contained by signing on behalf of the corporations by himself as a duly authorized officer Lu a� ca IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia Pennsylvania,on the day and year first above written E CL C PAS, Q C) O �$ �ntnE Fl COMMONWEALTH OF PENNSYLVANIA Q Q) o AW y {,L p - —i— Notarial Seal ---- Qf Teresa Pastafla,Notary Public �.� l9 O Upper Marian Twp Montgomery County By: Xf✓ p`y C (� `cc My Commission Expires March 28,2021 Public 3 E ns„r�rA ,p, ema Pasteila,Notary o to ( ZTj ,,q�,. Mynpor,Pennsylvania Association of Notaries aO M N W yO N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Y C" o Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o ai �i ARTICLE IV-OFFICERS:Section 12 Power of Attorney w Any officer or other official of the Corporation authorzed for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the— Ts > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o M� any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such " 00 Zinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-tact under the E M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority c°p ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. 8� Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, l_- shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey:Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the P wer Atom executed by said Can le is infull force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of (� tvvr t iNSUit Pv 1 INS& XSSUR4 JJ?`oAPo,v��oyrtR �J�`oRPoa�r�o9yf+ VP�oaPoarr�y� c� rn o m 1912 o a1919 o a 1991 0 Ydjl'ssiC NUg�raa xD '/4NP`l�'o-a Y MDIANP a� By. Renee C Llewellyn.Assistant Secretary CMS-12673 LMIC OCIC WAIC Multi Co 062018 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, RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 NAME OF PROJECT Mike McClung Construction Co. C BID 'S FIRM � _'_ SIGNATURE AUTN RIZED RESENTATIVE OF BIDDER CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 23 *WILL SUBMIT UPON REWARD 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 Specifications including the latest amendments 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 substantially completed within a 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. 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, CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION& BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 24 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. & 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, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 25 CITY OF KENT BY: DANA RALPH, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 26 EXHIBIT A INSURANCE REQUIREMENTS FOR RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 27 EXHIBIT A (Continued) z. Aut!QMQbile 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 28 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 29 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; ail 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 $ CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 30 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change Order calendar days Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 31 *WILL SUBMIT UPON REWARD 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 (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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 32 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 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 33 REQUEST FOR INFORMATION FORM RFI #: City of scent DATE SENT: Parks, Recreation&Community Services �••r KENT Julie Parascondola, Director DATE NEEDED BY: TO: PROJECT #: COMPANY: PROJECT NAME: RFI DESCRIPTION (Enter description here) ATTACHMENTS: SUBMITTED BY: (Name, Title, Company) RESPONSE TO RFI ATTACHMENTS: RESPONSE BY: DATE: (Name, Title, Company) CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 34 (This Page Intentionally Left Blank) CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 35 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute forms as required may result in rejection of any bid. Bidder's Package should include the following: ❑ SITE LOCATION MAP ❑ INVITATION TO BID ❑ INFORMATION FOR BIDDERS o CONTRACTOR COMPLIANCE STATEMENT o Date o Have or Have Not o Signature, title and address ❑ DECLARATION OF EEO POLICY ❑ CITY OF KENT ADMINISTRATIVE POLICY 1.2 — Minority and Women Contractors ❑ EEO COMPLIANCE STATEMENT o Successful bidder shall return to City of Kent AFTER completion of work o Bidder company name, date and signature block ❑ PROPOSAL o Bidder or Bidder Representative's name o Unit and total line amounts are correct o Subtotal, tax and total bid amount are correct o Signature block ❑ BID SUMMARY PAGE ❑ PROPOSAL SIGNATURE PAGE c Acknowledge receipt of all addenda issued o Date and signature block ❑ GENERAL CONTRACTOR'S REFERENCES c References or project name(s) listed ❑ BIDDER RESPONSIBILITY CRITERIA — Qualified Bidder ❑ BIDDER RESPONSIBILITY CRITERIA — Compliant with Wage Payment Statutes ❑ CONTRACTOR'S QUALIFICATION STATEMENT o Complete all sections, include attachments if necessary o Sign and Notarize ❑ SUBCONTRACTOR LIST for Contracts over $100K ❑ SUBCONTRACTOR LIST for Contracts over $1M ❑ BID BOND FORM o Names and amount (5% of total bid amount) o Power of Attorney o Sign, seal and date zi COMBINED DECLARATION FORM - Non-Collusion and Minimum Wage ❑ CONTRACT o CITY OF KENT WILL INITIATE SIGNATURE PROCESS WITH THE SUCCESSFUL BIDDER INSURANCE REQUIREMENTS (EXHIBIT A) o SUCCESSFUL BIDDER MUST PROVIDE PROOF OF MINIMUM REQUIRED COVERAGE ❑ CHANGE ORDER (C.O.) FORM o SUCCESSFUL BIDDER IS BOUND TO USE OF THIS FORM ❑ PAYMENT AND PERFORMANCE BOND FORM o Successful bidder's Principal, surety company, witnesses and corporate seal ❑ REQUEST FOR INFORMATION (RFI) FORM CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 36 N U C N i �C E oo h o0 ri O M Ol N N M O O m M a) .-i 00 w M n tD o0 (D rl N LD N oo a) lD o) N N 7 0 r+ a1 m ID In N N m 00 tD tD 00 M N LD p lD M ri m N 00 M (" 00 O N ri LD N m Ln 2 00 O r1 H 00 -1 w w .-1 tD 00 tp M O N LD O n O tt rV O M -1 O O rN m n N M 0) C? r♦ -7 n O` Ll1 o N M o o OP O O M 00 Ln O tD o0 n N T rti IT T r-I I� N N n T M tY c N Q LT N ob m ul (n N m V r1 m Ln n m 'i o o A N N co m of m N co o oo tD Ln Ln r-I O In 00 CO I, M O n O CO M O Ln n �D I- 7 h O n N N (N -It n N n N In n O Ln V V, m tf V N Lfl n n N Vl N M Vl m tf1 N n In n m "T tD C 00 N -T M w V Cf tY N a) a oALA owLOto oMtc W � to � monio6LnootL .6 (.t z 'no � vACbrnm V J m N tt � O O O m N O 0 O O m - rN Ln m N M m V M m � O Ln 0N N r"I V M NO IN V O Ln N N O O 0 U w L a x _ c " d O O o a>) 7 l0 s c v c Lce c o c G �c c y v a > s c t' E > _ A L a p C U Y_ vi a a aJ r0 O N r0 Y a Q) y E 0`0 N C V C T N a N Y 7 0 ° a 0( H N ] 0 = N L OL a O r0 a r0 O C C t0 O O V rp U a N c U 0 'W tj U W S y Z m Y U �° = ti "� O c (7 O " 0 = " 3 0 c Fes- LO ro o_ C m E ? r 'c c0 u - Lc_t, E A c v 7 ° a = u u m ° u Eo m �.° Y W` 2 F u m in F '0a as Y c Z � E°- Z v w 2 Q m C LO E a` E > > c N T E c 3 c c u +- ii O E O °U a1 D_ al a J N O N 61 N N O o 7 m C7 c m C7 m v Q ro ° o N .� c > -0 M 2 c 2 0 v � 0 c a > 4 3 c a v c f0 a c ° m H v y N z c v m u val M, 0) a , c o E 7 v '2 v u oao o u E o o a 0 7 a c r c 7 o ° 27 L 7 2 c ° 7 6 v "� v c z " D o m Ln a) c E o 0 n o v c yt L� c a y 0 3 0 = O m m a W Q o O o z p a i= V 0 'E u L o 0 Y, a 'E f0 m va m W o 0 0 o $ Y o o a u a O o 0 c v y o u o v o E ro E Y d v > «T m0 7 c � Y c w c Y z ma c 61 c ru s c a m A ut U 2 U W S U 2 U U rL 3 X 2 x a U Vl Y S ]C Vf U D_ F- U > O 3 a y m m 10 oo 110 0o oo oo ca h N r. N rn n LO LD LD LD D p ui ui o n n ao r1 ti .-r e-1 Ln Ln Ln tf ti N rti ti O rl O N C:) ry 0 0 O rf .-I r 1 r-I rti O O O O •-I "1 a 0 O 0 0 N O ry O 0 o O O ry O O O O O N N N N O O O N O 0 0 0 0 0 0 0 Q N N N N N N N N N N N N N N N N CN N E \ \ N N \, �. \ \ \ N �` \ \ m \ \ \ N \ \ \ \ N \ N N N Q 1p M M O M \ N C N O \ W �+ N N tD o0 N \ N N M ~ N N N r 1 M M M N N ~ ~ r CV M ~ N ti M N IV Ql -I m rn ri r r-I m co v m y rn m w N D " 'y r, rn oo y m ro N n LA o u u 0 a ` E ro c a Z c E o u cu E E ai « a > 'J .� U N a (0 al :2 c E o tx n m o c o o. oa a) r_u0 Y an) ° m . v N z a) n r °C oa v0 CC ° a v a, a 0 oa aai a ' a a E ^ o oac Y v a > c m O K ra Oc > a Y Oaa a a v 11 Ln �_ O na m v a 7 a .c ' CO` m �_ t L% a Y E � a m a) ri a 00 CU a W 0p V ro t Y O m 7 Y 61 > Y w N U � Ln Y i.L. t m a s E a > a- iL a W u ri v a a Y u ro ma m a) Y N W f0 W `1 m �+ a Y O O_ d L y o Y n a u LL 2 w m � m` m > m` a �i u O y v > — aJ aJ �'' U u 7 r0 v 0 aJ L V m lt_ r0 r0LI) m T W LL f0 LU r0 vi N 7 C 6) 00 a yJ W y, — V O N G r0 V L = y (~Y1 U a Q E },' r V�„ C O 'C ba Y n a a O 0 rN0 G Y a L a ra o in r°o W v rco m o M `'" m ro rco z m p o 0 a Yo s W ._ j v `° o Yo c 3 0 U m U N Z O u 0 ,-i V . 0 0 N U CL l7 rn D x S L9 m V) n 2 U S - W 0 0 0 0 0 0 g o 0 0 0 C) 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 „ 00 CO -4 M 0 0 pp 0 0 o p d oo 0 0 0 0 d o 0 0o 0o 0 0 0 0 0 0 0 0 0 0 C 0) O 0) a) O O O O O S g F O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 S 0 0 0 p m LD ry o o to O O O m Ln O ff00007� O c O to c m e o O o o Ln o Ln Ln OO O O m o o O D m l° N N m LD N LO V Ln �-1 N O V1 N O O LO O h p 1p V1 00 O Ln n In O V N 00 R Ln QQE 00 O1 00 00 N tt O M Ln m C LD V tD ri Ln ti Ln V N O L) N n N LD M Ln C1 N N m lD O m Ln .-1 N N N ri r-1 r~ ti N tf ri M In N N M N M N ri 00 h VS VS V1 I u1 to Vl Vr I i/l V} V! V)•V/ V} V} V/ V} Vl tr' V} V) V} III Vl• iA iA Vr VI VT V} Vl V}1-1— ) — V} � r � Q Z I 0 30 I O N Q 'C3 U O � ►�-�i O tC � W � Q Uo V > o wr z fl a E- 0 O F 0 o uwm a 0 > � 4 + C> STAR OF WASHINGTON Department of Labor& Industries Certificate of Workers' Compensation Coverage November 21, 2019 WA UBt No. 602 201 004 L&I Account ID 3278300 Legal Business Name MIKE MCCLUNG CONSTRUCTION CO Doing Business As MIKE MCCLUNG CONSTRUCTION CO Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 3 of Year 2019 11 to 20 Workers" (See Description Below) Account Representative Employer Services Help Line, (360)902-4817 Licensed Contractor? Yes License No. MIKEMCC981KB License Expiration 03/29/2020 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial Insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.1 2.050 and 51.16.1 90). ESD: 000-195526-00 0 Excise Tax: 602201004 1 .4 11/22/2019 I, Steve McClung,of Mike McClung Construction Co.,state that our company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the Mike McClung Construction Co.,are not and have not been In the past three(3)years,disqualified from bidding on a u lic works con ct under RCW 39.06.010 or 39.12.065 (3). Steve McClung President Mike McClung Construction Co 1 .5 11/22/2019 I,Steve McClung, of Mike McClung Construction Co.,state under penalty of perjury,that within the three-year period immediately preceding the bid solicitation date,our company is not a "willful"violator as defined in RCW 49.48.082,of any provisions 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 throu a civil judgment entered by a court of limited or general jurisdiction. L Steve McClung President Mike McClung Construction Co Mike McClung Construction Co. 3.1 Concise Description of Work Stream channel restoration , bank protection structures, engineered log jams, low/high flow bypass diversions, clearing and grubbing, structure and obstruction removal, grading, highway, road, street, runway, box culverts, storm, sewer, water, earth retention systems, anchored retaining walls, embankment, bioswale, gabion construction, riprap installation, concrete & steel bridge construction/erection, earthwork, dump trucking (gravel, sand, soil), equipment rental (operated). NAICS CODES 238910- Excavating, earthmoving, site prep, land clearing 237310- Grading, highway, road, street and airport runway 237110- Sewer main, pipe and connection, construction 237110-Storm sewer construction 237110- Utility line (i.e., sewer, water),construction 237110-Water main and line construction 237310- Highway construction 237310- Road construction 237310-Street construction 237990- Channel construction 237990- Cribbing(i.e., shore protection), construction 237990- Earth retention system construction 237990- Embankment construction 237990- Gabion construction 237990- Retaining walls, anchored (e.g., with piles, soil nails,tieback anchors), construction 237990- Riprap installation 237990-Trail construction 484220- Dump trucking(e.g., gravel, sand, top soil) 0 3 c � o N a, — � c � o U � N 0 0 QJ �. LA ti o O Orn Ol a 0 u N O +� c» o ego � cri r = O `-i Ln E Ln u° a (U c ` L y O • O uuj V ui C O y U L C � a v Y c � � m 0 o W Ln Ln d V Ln t w a) > L u a t o a� o v E c o m O -� Z +i s Y �3 Q O Ln , Ln 4.6 Steve McClung • 30 years public works contractor experience • Company President/Operations Mike McClung • 35 years public works contractor experience • Company Vice President Kelson McClung • 10 years public works contractor experience Corporate Officer/Project Management/Estimating Stephanie McClung • 4 years public works admin experience • Office Manager/Contract Administration/Payroll ti N o N N N N N 0 0 N N N N o N o o N N N N N N C c C G G c c G c c G G G c c c c c c c c c c c 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O W 0 0 0 0 0 0 0 0 0 ,-. N N M M M M to M M M N 2- "M ` U N N > > > > > > > > f- 0 0 2 0 U U U U U U O 75 O Cm W W W W W W W W = a a m x 0 0 m D OE 0 0 0 m c m x m LL -� J U -i N N F- � � p 000 � 3 � FD (f) U � � cn � NO0)C) j 00 x c� "o -j M �= po LO NUMUN � O LL J LL O M � U W N I- M O r. W CD LA U 0 �. N N N W C x `' X O m N N - 0 N M N N 0 U D Y ;C E U E- '0 a _ N N � o OL p N o 3 0 3 - - - 0 C m a� m C] c c m m m _ c� m 4- c c }. o ._ o o c c c Y YHH �` � mW � m co 0 M: 2: y mp o 0 U U U w M d' W M qT ti (0 O In I` N d O (0 11• W I- M N N W r- M ti 'r- 0 '- 0 0 0 M 0 � r- O '- O T- O O O T- � T- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N — N N N N N N N N N r- N N N V— N M LO LO LO N N �.D r� r-I I- 00 m aNi v m m km u) r-t v) t- In Ln (N to N N N N L) 00 00 00 to 00 00 I� X OO In O m O O e» U. M Tt M N rn M N � ran n n r m 00 oq a) N -1 rl LJ) V) V O Ll1 e-i N M M v >; ui In o N 00 w N N N N C7 ci C N 00 00 w 00 00 M LlOD N kDD L) w -10 Lf) Ln fs rn ct M N m rn N N H � E = a LU m a c o Ln u° m` u N M N N N 00 O O r- O e� CDVI O w N N Q Q1 0) a)) � a))00 r-i 00 Obi U 00 m a 11 CO u Q oo Q y Q rn y Q `t Q > Q y aa)) > o Q rn Q a 3 3 L 3 Q �; 3 t\ o c 3 m 3 c 3 L 3 Y v S o M C) c4= m t9 ap m 0000 = rua r y o u o oo E " o E 'cat u = u v > a E Q Ln w a w � w a FM U m w 0 E > c a a Y a o n v c E a o ro o a «� v m C U Q 0 rfl - 41 o O m s '" E c E E v O <n 4 cu CL vE V) o _ Z u c�i ,° Q � � yS a v tLn00 u O ` m N a� arn o OTC 0 O c y G Z C 0 co m m m � 0 KENT PAYMENT AND PERFORMANCE BOND Bond No. 023212710 ik.. xQTQn TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Mike McClung Construction Company as Principal, and The Ohio Casualty Insurance Company 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 $ 1,417,130.00 , 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 Riverbend Driving Range Improvements Phase 1 (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 PAYMENT AND PERFORMANCE BOND Page 1 of 2 corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Mike McClung Construction Company TWO WITNESSES: PRINCIPAL (ent cipal's nam ve) BY: SIGNATURE s � • /4 C, TITLE: " I r S PRINT NAME DATE::-� DATE: 12/12/2019 CORPORATE SEAL: SIGNATURE Or 1 m M<4 The-Qhio Casualty Insurance Company PRINT NAME DATE: / 9, 4A " E .. err CORP,QfjATE SEAL: BY: Carley Espirit DATE: 12/12/2019 ;r�s• g1� TITLE: Attorney-in-Fact `. !SI AL ,•. • ADDRESS: 1001 4th Ave Suite 3700 zoo"X Seattle WA 98154 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 STEtJ4_�_- AAeC�LyN Cr Who signed the said bond on behalf of the Principal 1VtirE M•'rC"tJ566usreocrto^3 Qc>. 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 ASSISTANCSFeRETARY PAYMENT AND PERFORMANCE BOND Page 2 of 2 This Power of Attorney limits the acts of those named herein,and they have no authority to 10� bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual.. The Ohio Casualty Insurance Company Certificate Na 8200930-023049 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holh Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding Brent E Heilesen Kyle Joseph Howat Cynthia L Jay,Aliceon A.Keltner,Christopher Kmyon,Michael S.Mansfield,Jamie L.Marques,Erica E.Mosley,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C.Swanson,Misti M.Webb,Eric A.Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of April 2019 Liberty Mutual Insurance Company P�iNSU,0 POSH INso tNsu PO pq The Ohio Casualty Insurance Company jO q 2L P R rFo Cm �2G�RP�R"99'f \G pORP�RgTF,y�1 West American Insurance Company >, $ 2yo " o 1991 m Lu 191 3 om Co 0 1919 W Yd'Ss �C 3 s Z�� e 3� a 3 (rrv, � a) �g��o*Us��aa o�yl A*PSa �s�HD*N��a By: 4 to David M.Carey,Assistant Secretary 3 State of PENNSYLVANIA -0 n County of MONTGOMERY ss � Cn L) a) On this 17th day of April 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes= aN > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. M Lu IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. E p U) FSp, a Spy COMMONWEALTH OF PENNSYLVANIA O M — L �Q M E,r,;,, Q'ct do ti O �', Notarial Seal OF Teresa Pastella,Notary Public � 0 C O Upper Merlon Twp. Montgomery County By: lzat& M LVP�4G1 My Commission Expires March 28,2021 Teresa Notary Public E 51,�1 Member,Pennsyl—o Association of Notaries 0 M rn qft PV a p m ( No 10)N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual w rn E.E Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: p L ARTICLE IV—OFFICERS:Section 12.Power of Attorney. w 3 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the o President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o CD C any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attomey,shall N 16 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such "oO Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney in-fact under the,E c,4 provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. C:°O 0 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0 Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, 0.— shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Att rney executed by said Companies,is in full force and effect has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this i day o P� 1NSU,? P�iH INsUR a INSUp �J GORPORgTF`y(1 hJ C.OpPORgrF.9Z UP OORPORgrAyC� t !.: ':� :�0 3 o cn 3 o m w = 1912 0 1919 1991 �j19S`r4CNU5F'�~,aa 4ua�O '( �NOIPNP' a3 By: • •ta.!,, . 0/7 * �xa �y1 * *�A s�M * a Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co_062018 Client#: 98805 MCCLCONS ACORD.. CERTIFICATE OF LIABILITY INSURANCE ATE(M/2019YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Crishelle Eaton _ NAME: Propel Insurance PHONE 800 499-0933 FAX 866 577-1326 A/C No Ext: A/C No Tacoma Commercial Insurance ADDRESS: crishelle.eaton@propelinsurance.com 1201 Pacific Ave, Suite 1000 INSURERS)AFFORDING COVERAGE NAICM Tacoma,WA 98402 INSURER A:West American Insurance Company 44393 INSURED INSURER B:The Ohio Casualty Insurance Company 24074 Mike McClung Construction Co Inc INSURERC:Westchester Surplus Lines Insurance Co. 10172 Buckley,WA 98321 Box 11 INSURER D:Ohio Security Insurance Company 24082 Bu 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE NSRADDLSUBIR WVD POLICY NUMBER POLICY EFF MM/DDY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY BKW52957096 5/01/2019 05/01/202 -EACH ��O CCU(RRENCE $1,000,000 CLAIMS-MADE 7 OCCUR PREMISESOEaEoccccuErrrence $1 OOO 000 MED EXP(Any one person) $10 000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY Et° F�LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ D AUTOMOBILE LIABILITY BAS52957096 D610112019 05/01/202 COMBINED SINGLE LIMIT Eaacddent $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY Ix AUTOS ONLY Per accident) ccident $ B X UMBRELLA LIAB X OCCUR US052957096 5/01/2019 05/0112020 EACH OCCURRENCE $5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 000 000 DED I X RETENTION$10000 _ $ A WORKERS COMPENSATION BKW52957096 5/01/2019 05101/202 PER OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN (Stop Gap) E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? � NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C CL-Pollution G7154297AO01 7/03/2019 07/0312020 1,000,000 Ea Condition 1,000,000 Aggregate $10,000 Dedutible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Riverbend Driving Range Improvements Phase 1 City of Kent, its officers,officials,employees,agent and volunteers are included as Additional Insureds when required by written contract or agreement per the attached form(s). Primary&Non-Contributory status applies per the attached form(s). Waiver of Subrogation applies per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 4th Ave.S ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3936430/M3851232 JK00 This page has been left blank intentionally. COMMERCIAL GENERAL LIABILITY CG88100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY—ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 3 ADDITIONAL INSUREDS— BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY—ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS—EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" 6 WHO IS AN INSURED—INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED— 6 FELLOW EMPLOYEE EXTENSION —MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US— 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I —Coverage A- Bodily Injury And Property Damage Liability, exclusion g.Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured, 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I —Coverage A—Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY—ELEVATORS 1. Under Paragraph 2. Exclusions of Section I —Coverage A— Bodily Injury And Property Damage Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV—Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I -Coverage A- Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days, or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage"to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III —Limits of Insurance. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 2 Of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III —Limits Of Insurance. 2. Paragraph 6. under Section III —Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage"to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I —Coverage C—Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 1. Under Supplementary Payments—Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to$3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit', including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II —Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or"property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you, or C. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization, or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to"bodily injury", "property damage", or"personal and advertising injury" arising out of the operations performed for the state or political subdivision, (2) This insurance does not apply to "bodily injury" or"property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures, or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (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 location 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. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any"occurrence"which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the"bodily injury" or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV—Commercial General Liability Conditions. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I -Coverage A- Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or"property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or"property damage"that occurs prior to you commencing operations at the location where such "bodily injury" or"property damage" occurs. C. "Bodily injury", "property damage"or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence"which caused the "bodily injury" or"property damage", or the offense which caused the"personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "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 location 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. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III— Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement, or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS -EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an 'occurrence"or an offense that may result in a claim or"suit' under this insurance to us, b. Tender the defense and indemnity of any claim or"suit' to all insurers whom also have insurance available to the additional insured, and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II -Who Is An Insured is replaced with the following: (1) "Bodily injury" or"personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee"while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee"or"volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 6 Of 8 Paragraphs (a) and (b) above do not apply to"bodily injury" or"personal and advertising injury" caused by an "employee"who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's"job responsibilities assigned by you, includes the direct supervision of other"employees" of yours. However, none of these"employees" are insureds for"bodily injury" or"personal and advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause"bodily injury" or"personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II -Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to"bodily injury" or"property damage"that occurred before you acquired or formed the organization; and C. Coverage B does not apply to"personal and advertising injury"arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV—Commercial General Liability Conditions, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior"occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior"occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV—Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or"suit" by an agent, servant or"employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II —Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or"suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V—Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or"property damage"expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury"or"property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US—WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV — Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the"products-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 8 of 8 COMMERCIAL GENERAL LIABILITY CG85830413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" or "property damage": 1. Caused by "your work" performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the "products-completed operations hazard". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV -Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I -Coverage A-Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. 2. "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. © 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission . Page 1 of 2 C. With respect to the insurance afforded by this endorsement, exclusion I. Damage To Your Work of Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: I. Damage To Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products- completed operations hazard". D. With respect to the insurance afforded to these additional insureds, the following is added to Section II - Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by contract or agreement, or 2. Available under the applicable Limits of Insurance shown in the Declaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. E. With respect to the insurance afforded by this endorsement, Section IV - Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured, and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. Paragraph 4. of Section IV -Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insur- ance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. © 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission . Page 2 of 2 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I —Coverage A -Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I —Coverage C Medical Payments,which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of"bodily injury" or"property damage" included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds, b. Claims made or"suits" brought; or C. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I —Coverage A -Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I —Coverage C Medical Payments,which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the"products-completed operations hazard" is provided, any payments for damages because of"bodily injury" or"property damage" included in the "products- completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc.,with its permission. Page 1 of 1 This page has been left blank intentionally. COMMERCIAL AUTO AC 85 01 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. If the policy to which this endorsement is attached also contains a Business Auto Coverage Enhancement Endorsement with a specific state named in the title, this endorsement does not apply to vehicles garaged in that specified state. COVERAGEINDEX SUBJECT PROVISION NUMBER ACCIDENTAL AIRBAG DEPLOYMENT 13 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 4 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 21 AMENDED FELLOW EMPLOYEE EXCLUSION 6 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 15 BODILY INJURY REDEFINED 25 EMPLOYEES AS INSUREDS (Including Employee Hired Auto) 3 EXTRA EXPENSE- BROADENED COVERAGE 11 GLASS REPAIR-WAIVER OF DEDUCTIBLE 17 HIRED AUTO COVERAGE TERRITORY 23 HIRED AUTO PHYSICAL DAMAGE (Including Employee Hired Auto) 7 LOAN / LEASE GAP (Coverage Not Available In New York) 16 NEWLY FORMED OR ACQUIRED SUBSIDIARIES 2 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 18 PERSONAL EFFECTS COVERAGE 12 PHYSICAL DAMAGE - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 9 PHYSICAL DAMAGE DEDUCTIBLE -VEHICLE TRACKING SYSTEM 14 PRIMARY AND NON-CONTRIBUTORY -WRITTEN CONTRACT OR WRITTEN AGREEMENT 24 RENTAL REIMBURSEMENT 10 SUPPLEMENTARY PAYMENTS 5 TOWING AND LABOR 8 TRAILERS - INCREASED LOAD CAPACITY 1 TWO OR MORE DEDUCTIBLES 19 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 20 WAIVER OF TRANSFER OF RIGHTS OF RECOVERYAGAINST OTHERS TO US 22 SECTION I -COVERED AUTOS is amended as follows: 1. TRAILERS-INCREASED LOAD CAPACITY The following replaces Paragraph C.1. Certain Trailers, Mobile Equipment And Temporary Substitute Autos of SECTION I -COVERED AUTOS: "Trailers" with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 1 of 7 SECTION II -LIABILITY COVERAGE is amended as follows: 2. NEWLY FORMED OR ACQUIRED SUBSIDIARIES SECTION II - LIABILITY COVERAGE, Paragraph A.1. - Who Is An Insured is amended to include the following as an "insured": d. Any legally incorporated subsidiary of which you own more than 50 percent interest during the policy period. Coverage is afforded only for 90 days from the date of acquisition or formation. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an "insured" under any other automobile policy except a policy written specificall y to apply in excess of this policy; or (3) Has exhausted its Limit of Insurance or had its policy terminated under any other automobile policy. Coverage under this provision d. does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 3. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": e. Any ''employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee". f. Any "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": g. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, written agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or written agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit. The "insured'' is required to submit a claim to any other insurer to which coverage could apply for defense and indemnity. Unless the "insured" has agreed in writing to primary noncontributory wording per enhancement number 24, this policy is excess over any other collectible insurance. 5. SUPPLEMENTARY PAYMENTS SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Paragraphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 2 of 7 6. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow "employees" are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provi- sion is added: SECTION II - LIABILITY, Exclusion B.5. Fellow Employee does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire if you have workers compensation insurance in force for all of your "employees" at the time of "loss". This coverage is excess over any other collectible insurance. SECTION III -PHYSICAL DAMAGE COVERAGE is amended as follows: 7. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: a. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. c. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. d. Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. e. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee" or any member of your "employee's" household. Coverage provided under this extension is excess over any other collectible insurance available at the time of "loss". 8. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE, Paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $75 per disablement. b. For "light trucks", we will pay up to $75 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 -20,000 pounds. However, the labor must be performed at the place of disablement. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 3 of 7 9. PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph AA.a. Coverage Extensions, Transportation Expenses of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of $50 per day and a maximum limit of $1,500. 10. RENTAL REIMBURSEMENT SECTION III -PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of ''accident" or "loss", to an "auto'' for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those ex- penses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement requires the rental of a comparable or lessor vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". This limit is excess over any other collectible insurance. d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. g. The insurance provided under this extension is excess over any other collectible insurance. If this policy also provides Rental Reimbursement Coverage you purchased, the coverage provided by this Enhancement Endorsement is in addition to the coverage you purchased. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 12.B. 11. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 12. PERSONAL EFFECTS COVERAGE A. SECTION III -PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V - DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an "insured." "Personal effects" does not include tools, equipment, jewelry, money or securi- ties. 13. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III -PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 4 of 7 14. PHYSICAL DAMAGE DEDUCTIBLE -VEHICLE TRACKING SYSTEM SECTION III -PHYSICAL DAMAGE COVERAGE, D. Deductible, is amended by adding the following: Any Comprehensive Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global position device and that device was the method of recovery of the vehicle. 15. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions, Paragraph a. of the exception to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: Exclusions 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not de- signed solely for the reproduction of sound, if the equipment is: (1) Permanently installed in the covered "auto" at the time of the "loss" or removable from a housing unit that is permanently installed in the covered "auto"; and (2) Designed to be solely operated by use from the power from the "auto's" electrical system; and (3) Physical damage coverages are provided for the covered "auto". If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 16. LOAN / LEASE GAP COVERAGE (Not Applicable In New York) A. Paragraph C. Limit Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss"; b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear; c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insur- ance purchased with the loan or lease; d. Transfer or rollover balances from previous loans or leases; e. Final payment due under a "Balloon Loan"; f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto"; g. Security deposits not refunded by a lessor; h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", i. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. Additional Conditions This coverage applies only to the original loan for which the covered "auto" that incurred the "loss" serves as collateral, or lease written on the covered "auto" that incurred the "loss". © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 5 of 7 C. SECTION V - DEFINITIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 17. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 18. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 19. TWO OR MORE DEDUCTIBLES Under SECTION III - PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same "accident", the following applies to Paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller (or smallest) deductible, it will be waived; or b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible , it will be reduced by the amount of the smaller (or smallest) deductible; or c. If the ''loss" involves two or more Business Auto coverage forms or policies, the smaller (or smallest) deductible will be waived. For the purpose of this endorsement, company means any company that is part of the Liberty Mutual Group. SECTION IV -BUSINESS AUTO CONDITIONS is amended as follows: 20. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the incep- tion date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 6 of 7 21. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.2.a. is replaced in its entirety by the follow- ing: a. In the event of"accident", claim, "suit" or "loss", you must promptly notify us when it is known to: (1) You, if you are an individual, (2) A partner, if you are a partnership; (3) Member, if you are a limited liability company; (4) An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (a) How, when and where the "accident" or "loss" took place; (b) The "insureds" name and address; and (c) The names and addresses of any injured persons and witnesses. 22. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us, is amended by the addition of the following: If the person or organization has in a written agreement waived those rights before an "accident" or "loss", our rights are waived also. 23. HIRED AUTO COVERAGE TERRITORY SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph B.7. Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the "insured's" responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. 24. PRIMARY AND NON-CONTRIBUTING IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREE- MENT The following is added to SECTION IV - BUSINESS AUTO CONDITIONS, General Conditions, B.5. Other Insurance and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance,. and 2. You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". SECTION V - DEFINITIONS is amended as follows: 25. BODILY INJURY REDEFINED Under SECTION V -DEFINITIONS, Definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 7 of 7 This page has been left blank intentionally. Relestchester ADDITIONAL INSURED ENDORSEMENT — ONGOING WORK OR OPERATIONS Named Insured Endorsement Number Mike McClung Construction Co,Inc Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G7154297A oo1 07/03/2019 to 07/03/2020 07/03/2019 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE: Name of Person(s)or Organization(s):As required by written contractor agreement signed by both parties prior to a loss to which this insurance applies. (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 additional insured the persons or organizations shown in the Schedule,but only with respect to liability for injury or damage,to which this insurance applies,caused,in whole or in part,by: i. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insureds. However: i. The insurance afforded to such additional insured only applies to the extent permitted by law;and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following exclusion is added: Exchisions This insurance does not apply to injury or damage occurring after: a. All work or operations,including materials,parts or equipment furnished in connection with such work or operations, on the project (other than service, maintenance or repairs) to be performed by you or on your behalf at the site of the covered operations has been completed;or b. 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 the additional insured as a part of the same project. ENV-3250(12/18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 Of 2 (221012.1) estch Ste .i 4:Iiit ib C...i.:2<?i33'i C. With respect to the insurance afforded to these additional insureds, the following is added to SECTION III—LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available tinder the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. ENV-3250(12/18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 2 Of 2 (22uoi2.1) ADDITIONAL INSURED ENDORSEMENT — PRODUCTS-COMPLETED OPERATIONS HAZARD Named Insured Endorsement Number Mike McClung Construction Co,Inc Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G7154297A oo1 07/03/2019 to 07/03/2020 07/03/2019 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:As required by written contract or agreement signed by both parties prior to a loss to which this insurance applies. (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 additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for injury or damage, to which this insurance applies, caused by or resulting from your work performed for that additional insured and included in the products-completed operations hazard, and only to the extent that such injury or damage is caused,in whole or in part,by your negligence or the negligence of those acting on your behalf. However: 1. The insurance afforded to such additional insured only applies to the extent permitted bylaw;and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following is added to SECTION III- LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. ENV-3251(12/18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 of 1 (221012.2) Helestchester (:'-Iu b::;z:1;; ny PRIMARY AND NONCONTRIBUTORY— OTHER INSURANCE CONDITION Named Insured Endorsement Number Mike McClung Construction Co,Inc Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G7154297A oo1 07/03/2019 to 07/03/2020 07/03/2019 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary and Noncontributory Insurance This policy is primary to, and will not seek contribution from, any other insurance available to an additional insured under this policy,provided that: a. The additional insured is a named insured under such other insurance;and b. The named insured has agreed in a written contract or agreement that this insurance would: (1) act as primary insurance;and (2)would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of this policy remain unchanged. ENV-3253(12-18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 of 1 (266562.2) Named Insured Endorsement Number Mike McClung Construction Co, Inc Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G7154297A 001 07/03/2019 to 07/03/2020 07/03/2019 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. ENV-3143(03-05) Includes copyrighted material of Insurance Services Office, Inc.with its permission Page 1 of 1 This page has been left blank intentionally. Z£096 VM'1N3M•IS 113H33W'M OZOZ SZS['Z99'90Z YEL96 N01!:)NIHSVM'3111V3S O LOCO 311ns 133M1S DUNVUY'S SS JNiavNnldW31SASN011VOINNI37NVNDMAINO S1D311H:)NVNDINRIONBi s 39NV2l DMAI G aN30NIAI 1 �� Q Noi-DnNISNOJ NO o� N 0 3 p LU - t- m 51 vwi a. W Rug 04 $ wMsa S € 81 rvY2� O : Aga ��3' fi �gsi 9 a;a a Y.g � tm ' „ � Wa � msR� as 31i spa asxe aae w Q LU O tw c zm w Z_ N pB,S tl 13EY3m o,mnS > i m W L1 W L J U QQ N mF J Q a Z co 2 w ^ � 0 3 ii ao LL I W Q OLLJ 0 U w 1 I 5 Q J 0 a U1 — a U O Y Z LU U.j / F 3 dCN \\\ \ Z Z o sw \ \ �`LLJ �_ ga a �� Ir s \ >• jN �t-g \\ Q "^ \a\ \ U, •.\ w �Vn LU Lwj n a \ 1\ 2 emu. b & S _ " " x §gg > �r�a�s .gam 8m :� sg gwg e,ffla � � " mac a g x IN � �m•>E � �� � R � oal €� ga 's � ��a � ��LLz�Y���� � a �3€� ��� � ���� �s�& >Y•� toss g �e a j u 11�l i a11Wa�ri jaggy s 11.11. 0 IM - X e ti f� a ILLS lip §:� 69%s X 1>>6 dEa p*n 81 & -ullanai n Edhsi .e 'ANI E E � s � 111 :'Y€��Y 9d Of > g flypis gn � o 1 �£€�����e ���� ��"�� � �� §�.x=��� �aaa�a �'� � � �€ € � � ��g � �� Ed �� �m cn " £ �_ �1 ao`i g� RH � � $ a's ass : �a` a HIM ¢ 6i W €- 7 �k2 3� t € � ���u � 27 . � <� g ag LL� a a 111 g. = y -, -�- Z Lft —f a dMs 'Yvhh n€ 4 Ate � SSA .� I��I:E14 9 £.Vdy � 89 � !1 O , R1, """'lye o _Baia. IsPRO- t� " O_ Z � � a s r3a gi UNN'S Barg wp8q, li w F a gy g 9 an � s° �"g Ingo" a ' $� # �:5 yg" �€=gig gg .� 3 WHO �J[ gas 5y 6 hso yl� a Z !Nxx 413 aSg3 t " o §0191.5 0i � YS$ $;g 1a 1�AN w m FVetlo k Y 6'e $ :; 5r H1.111, tl SiB u --aw Hum. �o�'� 3 U r " " - - - Q •a �Pim v i Ahn oadaa`s ARINt8 es§ �I aaoM aw wg aw oau Z£096 VM 1N3H•'1S 213X33W'M OZOZ SZS['z89,9oz VEM NOlDNIHSVM'311.1V3S g a .�4 loft Rins 133711S JI1NVl1V'S SS NOISNVdX33JNV2lDMAING S1J311HDNV)IDIN340NSA _€ 30NVN !DNIAING aN38N3nR1 A �- Q 13S 1IW213d 1113(INV RIV N O W g ° O Po. � a 4h °= oT w 8o-gX wa s O gon- 6a��' G,i�e3�wir Z ee� a g-!@gc Z i z � � W :;7wwwww����� v ow p '<�� uy o00o J ® o LLo w V) LU 2 a s s � Z � u x y ? o h r w g V .w w �g x o ..." °f' ; w} F c r u O I Asa � Uzi, r d t \ T tII\ , S91ON 4Md NV-1d OSDl W w N"'H'H vmm row � s} �� iLb9-62Z t90i)L NVHd'H'H :AM a3)D3p Z£086 WIND"iS 2JD33A'M OZOZ e9te6 vM'xlsos NM-A A6 wAm Z6NOWAM13SWNN3d HdH 6t9Z9t he's, N f au61 4199t w005 ms b�'" F' ,�o->6��,a,�-6�3 u.>P�e,�awdPanPa wn NVU A :AB a30" WN00AMnSAM3d HdH 6LR$ NOISNVdX3 3JNbb�JNIARl4 --- tb rr " 610"",- -OI 09M 13S11NN3dlVNIOao-m-et V x3�dwoO J100 aN3ea3nla4I'Icd -- -- �_ 31Y03)681 �oxeor Hawags3alloisMaN ite 3tw —ON z wm = F ow< QJ W�Fiy4Gfe UysmbQ za8°4rcW.z°ow��' zWW�,°Wzzai'w rzm°wu °�--apII w9i��yy� o�4COwE°°No g�gWo ¢wa mrE WrwwM� ZTSmHWg a°WW w °F�8w°m 2ifawO �S�'dOOaNzim>aa"a' 1. aFw? m ly°miF'/i°Wo>o ywzowj .4 o o g w i m T 0 w i w y''<"wigear i3°iFon �yop WmWC gg f rc-1W o 080 i w 3 3rzaw3i �r2yJn�m3x G W'w rc ; i w �i0 �W z �� imy ia � rc a ?pWw °p- do ap i <�o %tx m yx000i ggon. gw _oawa i 0 zw JW a ; .--o z o uo: w �,p zrc �3 - $ 5 ia 2G W a° � °z 6 p� WZ° ijx �w a ww oz wrCtQILCn 4 ° i W �' �S zoin. 3 � or LQ Soz ° nJuo.- W 2 o. Z0o ° 55- Wsw opQa Zw qq F W°u � m o y as mo w 8g O � W z?° - - d gw�oyW L. Yo> FOooWmJS °3J aO�WOm�xZz�a�mO:o w�owSa, FOw-o0N5�J: '-�ww'wix2aUZ oUfvi orcjw3JW O °J 2°a Vz N085m >wp � wnO p a� 0 ° ° awaw i a ;°z�r w u >la 8y rc> g 9 hx o pNmwx m° R. - : aw oy >ac � wmow ro N �i° Ho ooim5w i-'s Nz w i e >�wu g w z <> 2g13i > x02 Wm frco �i o io $ a z 3oz oxa9 o m 6. Ssoa 80 w &te jW 2�882 iE� ay w�a zom oW h. ooF o o u �oF g p° � CO." cf) 8 - ° y S W z ON � i wLL °� �Jmo m° O ° z� P. ° E w owl °a 1d0 w w� wy� F�t Mi wi 8 O.R. a �" a 88 o w Rg ` - zy f°a zz zw° > a z m Rw Lu IT 0a O - UUO r ° �WrWmO�� °wC 0 y -f o�E 3 6X WHa ° w Q 2 a z �FO ww o p mzvQHo 2.60 J uo. ° > z g oz WUo>ao0 ° wg'ozm°`�jf oaaw r o~ wo W ozxmya z U zzO wOaw mpnoZ F sw mw .G H. a aQ F oz 3� o a aw y 99 zo� s° 0<6ata LLu?wLLo0 -4°5 F' a ma -aa m s 6 Me 0' zo 0 R O 7 •� 3a o UUZf ° YV 2 o w g o S 5w� �� � � T 0-3 z°� Fw aZ ¢ � w •-- Y �. � \Y� \ a w w R Nz / y d. `:' .:•�.••� m uox W rNr•it��.'c' ado °u 1} fa 3'..•3 3 n u� rr > ,\ .az O°,. p m w �Y ° � - s � w _ , , s to z w g-� 12 1 AM �' - f r. Pu, N C5� �� K666e ��. o! J n U ' Q \\ \ \ \` F x 9' Rom\ a'c" 1 .a �bo - -•�'-6:- LEL is - J -a, 1 x d ssr ,ep a CS a , 1, T• N 1 of P U-6d-OiL6itl\�'POP>!iddv ixd i 6uPPMj\s6wrPp\OOv>\l�•idw^>Ip0 Pu�ywib),ae�6.arywry M OZOL-Oii6uAfiuyPM\�l 4d H w^fit��i-6wZ'6L.>0 l - NOUO�3S SSOUO aMd NV-Id JNI(IVHJ NYHd'H'H SF HN.roW -- wwffiu� a� R65-6ZZ("Z)1 NVM'H'H :AS OMM"D Z£096 WIND'1S 2JD331N'M OZOZ MT86 W-11a5 NM•)l AWYtla Zd NOISLAM AS 03d HdH BtSZSL y• auI w"T N-S O6Ts NOISNVdX3 3`0W]`ONIA180 ''- .o 6!,aaa,�3, e a wwao �a a NVHl')I :ABaNW30 WNOISIA3N13Si1NH3d HdH 61SZ-6 Yig N X]lMOO J100 GN3M3MJ �ZZ y 6T02-61-OT WOW 13511M%-"1OItl0 HdH BL4L9 U 31Y0 311651 'ON 801' NOOd0YJ830 NOISVaH AB 31Y0 ON m0° a wR o 09Q m w o o zj-Q-z o o� a ¢ � � Viz° R �W�oW�w H u g ¢ya o g z FF 3,11 50 3: iQ2Mrk ^w W nw.1Wz o�Nz°y 2w Hod ww w W =m•Xll •�— ;d < �'ZmF WN FI- zsomW�i 9aw -� °w°wz vt W W �eq 2 ;— €� oww�i�<i: ow rc w9 0LLo 3 oowwz"� z� �g o? ow u�Qrz mLLz3n < �w3a�MWiow �y _ Z� W j �R �wuoo is _ N yzwN g y m It �u u-0 HQt W %OUK�m R. CUH Z .N Co J b m2 m Z OK2 Ltl 0y0 �!piLLaz$ w�N°mamx��-Kzu Z 2 3 2 0W 0'ui S 05�owwzw f 0 d W� �W> yWNwm >°zaaQ�u w 2 U a° oaS�M�ow� z�w r7iamza Fwwo3 u7��S"o' wo°zz 'LLo3 4 u�iau'iu�o� ` Tm ouR i7 °ia 0�W�ww°< oza �� O W U mo°�o ZQZQSo3wo4��°i�o wo -r-� u CWWFOx K— Om F(]m<0WV mwMWaau3 uaajao e�ioaoW 3 w �t to z a W o�a W >xm x -° °�� 2z<rc�o°���os W O yam- —JI1 w f 4 �—_ ELL"o ��D' _ I 0 W w o p, \ \ o n d �� m 0 } O��n OI' -- \C $$, . OATS ' ,0 1 S \ E - pgMNJ W` - 1 at qy� F La ( L 1\ gg z � �azw zz'w 51 ( 1 ail} a 10 co 1w U v`vv w y Q =1a w� �" 1W 1 zw 1 W 'Jl 'o .R \ - s \47 a 4°• 1 41 o ff s . M1 yi \2_ ? I Hsi W Im�Nwrc 18 Jul. 1 oT euwx I ai fi p i]-Sa-O�Le�tl\w!loa!IaaY il!f A 6Wo,]\s6woaH\6pY]\(n!awa]Hag awearytl)laa.i5 n+paH M HitIZ-O�Z6ttl\6wx,aM\:� ea H wop6.11-616Z'6L i o Z - NOIlO�IS SSOHO (INV NV-Id ONIGVHO NWd_H n zzwrszz(90zJ 1 NVHd'H'H :A#03JYJ3 o b ZC096 dM IND''1S i13N33W'M OZOZ n3SI tlM.1m ——N")I— AM WM Z#NOISIA3N AS LW $L tl3d HdH GI -M w a, fitln v wl W"MTS .- e� � fivua�u5u3 ma paa�v d—wn NVNl'H :AB OWN= L#NOISIA3H IA JJM3d HdH SLIM NOISNVdX3 3`JNd2i JNl�lad F sew X3ldW0O=M)(MROAR1 r.J Z a KWO3nssi ON 9W 13S1 Wtl3d TMIO NO HM B3WO ON 31tl03fISSl '(IN BOf N(ILLdItlJ630 NOISV�3tl AB 31Y0 ON T Ko N a , dos LL�R z Z Ao` R= 3�zzu�a� h �A - ooWG�ao o � xU =R '° ou,zoou z� m 'P^ f w�iniz z� _ Nauawow �Fw W i7°wuw o V1 i �oiaw �z S�a�oogowI�i wuauWnYd S wozo xxo� 4 i�u'i'a i'nu'ao� �inufn Iz 1 l K _z. I 1 pw r _ 1._ _— — —_ _ wa Tw 1 � and `< o - S I I 1T I I zz I 1 CV 1 >a CDx I O m N (� I F W pM o � of ° 3 WI 1 U / Z I ma I w ° H m= W b10 I go N� _ 5w w w LOU 1 1 r / I _yy__ �� ` m. i b I CO � I -�- 1: \ 3 \ I O C m_ � I 1 _ _ i U 1 s z 2 3 � l rwpu 1 al fiap'C]-Sd-Ol2fiiM�IpautltlY ix.f 9 fiuiprq\sfivaop\p0Y]\1ar�tlLL^]iF]purp,a�tl),sa�5,ayaa�M OZ02-OiZfiitl\fiupwM\:3 ya wtl uro55:t1-fil0i'ei Ia0 S—iivi�R] OSDl 1 ,Zy� "+., NWd'H'H :HMM road N v o+n _ °+ _ ZZD9-6ZZ(9DZ)1 Ned H'H �AS 03WJ3H0 Z£096 VM'1N3N 1S N3�33W VM OZOZ ;� r/„ �t�vm 5 X's NVU'N As wawa — — _--�a NOISM. 113S 11M83d HdH 01-OZ-01 NOISNVdX3 3`JNVN`ONIA NO `" —/�� n �!63,.�ow w�i NVU N AB 03Nvs3a W NOISIAM 13S 11NH3d HdH 61-9" X3ldW0O J100 ON39N3AIN � a y40m� 6I026Z-0I 0L!Tu 139 11Wtl3d NNIOILO—Am 6l-Zl9 31tl03Y18N 'ON BOf N0I16Ia0530 NOISIA3a AB 31tl0 'ON� a� 0 •d Q wZu ado N bpy I z w II eaaa_s" I;; � y _ 3 � m6w�G"� 6 m uaN.ow SFw W el 83 /1 CO Q wu�SF°zx� , w3.w r 4 ORTE u.14 v 0. I 666� 4" O Z•z Fri Rill all -ppRTE a� ¢ w y o + +/ �I w a uz°g W H'--Y .Z8HO�O0;� y gy ;SS9 $X'J�Jp€€�yyyyyy�g� a ox�i a pEq �ORTF,day VFwa E 8 pnyV"'t L� zww 6 if 6 If .0 0 Qz K a Q A y fog "NIN.SL W w , R 3NwE �a j w�aN ! m q� � I� K u N;W_Ofwu owp> ttt�JHl7°UW�j---mJ d� y■E� —� ' ��� T O o om Zw o I Z do 0 0 j0SO s c H@ li �yyg aOoeRxA TtEY �b•�,� i3°'F — a I� ow � l N,roco� Psi-6d-OtL6�b\ualoa!pdy!!f V .Po��s6u.e.p�Q6YJ\(••!ate]ii°'J n.°9�!a)laa.l6 uvaN M OZOt-OU61tl\6°!eAa\�� Nd H 66�i-6�OZ'6t��0 S-11ViDG GHVGNViS (INV S�UON 30VNI` IJ(l K"'H'H NaraNroaa nB� s� zzw-ezz(9oz)i NVHd'H'H AS aMD3WD Z£086 VM'1N3)4"iS aJD33W'M OZOZ N186 RM',e ea3 NNLL'N AS NMvHa -- —ZMN01SWWASIMBd HdH SLBZ-01 yam,f aue�ws9L Nmos oc�s w NOISNVdX3 30NVa`JNIARIa /F����fiw,aawfi 3� p�alpaw�pa,�p�P HtlUl N ASa3N0133a LMNOISIA3tl13S11Wtl3d NdH 61SZ9 � � X31dW00 J100 ONM13A1b �i� rl liu a�,� 6TOZ 6Z OI OLZ 1 13S 11WN3d ltlN10R10 a-'HdH 61 --S V MW 3nm 'ON" NOUNOS3a NOMA% AB 3LW ON o9a M. w mm w otz � w o °al a w woJ �ma F iu2 " 8;"�O K �W s0 3ZZO izMa 3:ks w a a Z�F wwo fz ° iwo yy O1¢2 pm2a zwd g �IJ 4 o " 1. o m q�a'a�"� N m ° z�LL m s" °° X ..Q s i3 mQ w°o12zmi; aw m E HE � q � �pEz$ e ^ z W3m Uw°� �� 'R �� �i9 � �� � �8iu°oz zi - g n a -gG ; w- a�8 m=3� � �' oip of �� - �va�ow6w gJo w ,< - - wp �w w� °� ��� �xy x, Sp =g o� o zmzoozF °� o �j m 00 gya (0 - O qq m n SO'aCOU'2 QVa 2 LLw w o Fio� o� o �gg gwa s mo�3 x S �� `z E: 1� °� °y $ FF yn°°Ww o $5d m m m m oW4 ° 5g $R 3z wr7 N; 'a wo g i os rrw�z w� SS1 �i°o 0_ °wo �� _ :fig w�4m z -za mo F. _� o a u°iu75Fzw5 r5 w3ow of z s m3rc a s of �w mzppYa oz� �z S 4 al. "F a 9 �� LL o �alauaorc %in°G nos y E 'a mw dig°$ °� E - g �m� �w3° --E m °� o °'°° w,�n 5>�F'a w'��wo �' 3 S �"n a� z°m- a o ay ;w zg o z i i 8 s �'j>n m��z4ms ou s= ° �z - ry qcR w i idzp W w,w Soo< � wrcmy Q°F W� w z' ay o �� " o Zµ� = s� ' s f a "bm wozOua p°a' Gt� g sm S. O 9 Yw 1 - < � � gU°off c� OZw FoJ z� $,g"2 Yfi'-,° yi w p o f s e y� ��z.oS! = G w22 � ovfJ° gg mx 3 �o -g = om `9 tenon-sa m om za g?w £ Asa oow` jw g zw zpg zfmi �WmmgwN _ ub o� 18 Wi $' oQom "yE< o .- mJ 'aA 50 < w'a aq°w'� w>mp `�f � "m' o$� �w on o �" �g°m °o< a< w$w 4=g>_ as "> aa° i° o�z a°w �_ w° WE. ow�a w 'a " °4ao �'aou ip w � �a $f$=9Sfiw wzo 40 9 �� m H. ° o a swag Ggsny o d" m oompU am°'� aym $ i8 gm° s mg� LL o�� s"z wJ o �m m om z 'R`4 y o <° .j y�'2 m� °� 3 wg2'"`' 4-maa 20 v a oa'"` m3 0$ wwoZ > o u k°'X own wu��'dF ua biz zooaon >- k'_ o 9 owi >_:"m M 8zw o>° -� €> o <� G g g y' qy 9 oa � o %z _€ 0 °OI<-�> N° � w 49 ,irct8 ww Y � _ j i$5 o6 w wq w.L. e'd9 �� � ws� �a G. $w po i?puz U" r> m s"5 '�0 oaoo S,rc j gmH wan z°z gy rc � w m -6i o o '$ m m "�ufOwm°a m o" g€ ,"z w z Wzm" iI qwo �3 �€ mi n ��- So " �'�' Mx§; �Y=�y ��� °x-I Pub HT � AR U�j_ ,yang In <� � ��6 m2 ww ws �wmaamm p a ��� a lz{a<a � Qf FRU, F =gig �=o Ii P—E. o §a zs z off= ;o ; „ zu "a'"'3o0� ^mO >e� gG�z °w zjym� i<a >�`�O � Wig« `a�imaw sasrc as �'� i4 w� °mo '�a rcS R�g men 'a�?�<o �o9g. m ��`~dE g3� °z �gwo�y� "a goo $o ° U° Si aw .. >oxw Z>w 'ski 5� 3m E w�" a= °�<z ize < LL�'6m'm m� m a'„° ws w Ugt °aaz a F E; q<o 9 m 90 s °wa n „S2wf I� z...-o��ww�N smx" ow. az , �_ men o w �""26w boa -w w ° = ma o ° wpm _ 6 2. IM���° t"w" 3 ox�m < =�=aw-am���> ° LL ° w<w �� "� z<� goy S °gwiffi=g z :6Y-Td'. w ii: �LLi zo 6 ns"; oa" c- 'aw wY a cE� oomo aw <mgm i w zg°{ �`_' u p wsu YQ w� `-� " U o� ° b'g° °y <a o � ens 1��z. �3 o s ° - w3 oW _z o �aoo cam' _ a£ry° �o �° :ice ?_° wo °> ° o�itC om m $ zm " s �a >-=s a3�y rc �' rcw °' a > g �< u° s dl w "xg wn d " dom_J° a°awn3 a � o? 3 wwo iw <" a L ul L r -pow TE yA zf LAV JL-j � sf Ld� Y °m oa : s _$ o .�9 aF da ff Fo w w gq ?z¢z tanu ,>� mom aw ow�<s�$w woo ° °(j z r°nM iw z< 4n Opw O INyfi'jU�a S20:0.- 62,00 x y�� ZZ vpa i w0? n Oj�ONO ° Raj �L°j¢O Zm UaOmwa aO��C oaarc Pi.Fuoi s .88 u�c 3Fam.p .quo w �w 3�n�" owmo3 _ x za oz `i"Zi�' >Oi w �$m d� o�awz <ao @6 y3 F QQ $ € 5$$ - € It oww€D a o LL z ww`w o �o >g6.w n€€ b y §o a a m �d z 3 R qg w wd_m i9zwzr Z� "z is w a� <woa T z6 i°�° g$g w gao� k ag> u oe m �OZ uz'zH �$ SeF � umz <825oz o i L �m iaf min -oaz R 5An ° aw �" g :W i aA'Wo _ oa yyvi 3 w'diW oz��°w w °� u >� �3 7 iFw z �w E "0 H1 .1 83 M ado G .gym o Q5mM; w`� °zxw ozo �g �a j€ f gg a$ o- �unw s" Z�°'>3 F tmo w �w ggNF �w uZo Zkr uw°z �a gg y ;• @■ € owe. £z goZ i �o �� =off wy wz.naz za o' aW sal! n."� cl 3w F- m Zio o9a awC o r wa80 =a 06< ya�d < woyf ooz 4m1J w ;&0-4 ° M _ yrwiwwa� t~JmoFOm-aaa6-ioss�� ksw €$0Q a 'S zMIt!3 �MT6Na3a oG R wu�.br ° za � g° ° I� � z , - " oo° O k� Jo�o ' �� u " rc�u 5 (b � UffDui oo 1 o rc122 0 y$8 9R 9�$ ,&y $ 9 25 NdZWm� 3 . arc U 0a Z Oo=0 z0 �aUWa W; Zw OwZ � � wyjZ< :Z °_ z O .. 0 8Z, aw� °W oo o S b o '.3g?�.10 g, iE 2a yboi�y �O3 _ � I wlpl.awaN Idol ap SO-Sa-OIZ61tl\wIo:p4V Inf R 6WpoiO\pfi�I.o.O\OOVO\l'aia�01WO p-,n )1-IS R+N M OZOZ-OLZ-\64 ,\"1 re H wPoO-ZI-fiIOZ 6L I>o m W N ,- e `1I i Fs se all m / IIii ���•e/ i y, 9 Ruj cc IsIl w. i ea O :>U Q w m ! Z m s w � k - W ae V N 0 m 00000000 O 00 O 00 a O > S sY a 2 p O I O � O I � �a O ; ar O O 0 O po. g2 00 wa O ; 0 ---------- ---------- --------- --- I I �a ne ; i 6 za O 0 O 8 0 ; a� 0 00 � O I O I O I �OOI W 'am s o� IO I I I { ll O� O� OBI - --------- ----------- - - - --- -- S - 9 _ 4 MCC gHo 1 k ��J! w' , %1 HBO 2 S 3 �"�§�.g�£i �'e° � ��a �e�€:2 saga �a.�,�„= € �a y< Ss9 "„3g is all Ilk 91 = sa W g x a` W a•n -n" �:. �€ga y � S g " I-nib e a by € n 0 € -�me�Eggg e o9 < " il@ Iln' um 1 �0� _ Q a - <$ T i � X • � ffi8 W oa d �� ff s a AY W wtu- t a ,a °p a LO cc 0 I�la I 19 74- S'a ��'❑ <m m U oo aa RAO'Idd131oN w N xo II II ` O hu� 1.sz F _ o z 3Y1031�5 335'HId3'� � QQ Qap U Q no Q O Q O IN, co o Es �nkg k �y awo€ Eo 5e 3dld]JI'1d5.09 Z£086 VM'1N3N•'1S M3)133W'M OZOZ SM799'90Z b£l96 NOl'JNIHSVM'31 UV3S LOU 311nS 133111S 711NVUV'S 55 7 awnid W31SAS NOIIVOINN1 3ONVM DMAING SIDIIIHDNV>IDINIGONS A a� �� 3!)NVN JNUUNa UNIGNIAIN CL NoiiDnN1SNOJ NO3 ION w N O H W V) m W to Y B AL R R ffiE �\ w Ho g Q l \ \1 � ��� FtU3SELLRO _ �y I 1 d - 1 938a — j Z LLJ N z W V 1 1 ' N 1 N r N t Mt x - n =w— 1 s� 4g I LJ U y LU 7 9 g Y z Se IE,� LL U r g O �o yI O N 1 f a.v.m:ase.mau.0 vwaw..wwiun..:a..m awnn�vurrm.a..uumw.uauwav,anuwuumwnum.awa�m�m.n.uaw.wanemuamxr��w.mwurnnmrnw.unraHaeaa.w I I Z£096 VM'1N3H•'1S H3)133W'M OZOZ SM'Z8990Z b£L96 NO17NIHSVM'3111V35 LO£d Uns 133M1S JI1NV11V'S SS N JNiswn1d WUSAS NOUVE)INNI 3ONVN DMAING S1J311HDNV>1J1N1(1O 9 a s 3JNdN DNIAING GNIMAIN NOI.L�f1b1SN0�210�lON rv�K �° ���� �' ai N O F w O 07 w & CO a x a s Y6W s � 4 $ HIP w a Z o� a w iNg � mS Yl e � $ _r.,� m rniti y Q LU ffia d s N � � CL qua L3 Q NJ O L a N Z ti6 f O J ffi4 @ Z w yffi>@ O N 6 !> $ Y J gg cn � 8�4�� ;< d it Zk Z w p� L q iJ O U W Z w OL a �'y O OLU �� cn LU g= a � J a d Y > V. 3 € s Z � a U w � o U 3 i cr MA ry S � v wffi e� kid P 121 Z F 4 J ZP. Lu � 4 � W 33p �j LL(( O On 5 5. � d1U ¢ Hp 8 c tl 741�5¢yy U ^ C yygg`� Z & ffiIL- 19_ Lw I I PROJECT MANUAL RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Project Number PK20-02 PROJECT ADDRESS: 2020 West Meeker Street Kent, WA 98032 OWNER: City of Kent Parks, Recreation & Community Services 220 4th Avenue South Kent, WA 98032 PROJECT MANAGER: Terry Jungman Parks Planning & Development Manager City of Kent ARCHITECT: Kevin Broderick Broderick Architects Seattle, Washington JULIE PARASCONDOLA, CPRE DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES oe "':I�KENT N' ir, ry G T ON CITY OF KENT KING COUNTY, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Project Number PK20-02 BIDS ACCEPTED UNTIL: Monday, November 22, 2019 10:45 AM BID OPENING: Monday, November 22, 2019 11:00 AM 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 OWNER: City of Kent Parks, Recreation & Community Services 220 4th Avenue South Kent, WA 98032 PROJECT MANAGER: Terry Jungman Kent Parks Planning & Development Manager (253) 856-5112 TJungman@KentWA.gov ARCHITECT: Kevin Broderick Broderick Architects Seattle, Washington (206) 682-7525 Kevin@BroderickArchitects.com JULIE PARASCONDOLA, CPRE DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES • KENT RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PROJECT MANUAL ORDER OF CONTENTS • PROJECT LOCATION • INVITATION TO BID • INFORMATION FOR BIDDERS • SECTIONS: 1. SAMPLE DOCUMENTS (Division 0) 2. TECHNICAL SPECIFICATIONS (Divisions 1 - 33) 3. BIDDER'S PACKAGE 4. WASHINGTON STATE PREVAILING WAGES - �. 43240th�St w Jemei., -�W James;St nf,woodApartm'enfs s= �.�,� -.;. � n Yadley Ice Cestrt �_ .••�.` 44 - � D A riurr on Jame,, H6ga(7 Pd 6 9t j ,�' ,,,,y:, 1fi w aw a 4 � P. e ,tin f —:tsgir- lot -. } . s ' a - verb irg A. e '1 im fli r DIY e '� .aLkrtr,Old r ,A . ` .,,: „ +^ Sl f �.-j,i Pointe, (a" rrents. 'Estates , e w n- S .n t f INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through November 22, 2019 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 PROJECT NUMBER PK20-02 The project consists of removal of the existing artificial turf and existing range features, removal of designated trees, re-grading the driving range (approximately 6,800 cubic yards of excavating / grading with approximately 5,400 cubic yards of new imported material), replacing and relocating the perimeter fencing and poles on the eastern portion of the driving range, installing a new irrigation system and new natural turf. The Engineer's estimated range for this project is $1 Million - $1.25 Million. For all technical questions contact Sean Hill at Broderick Architects NO LATER THAN November 18, 2019, at sean@broderickarchitects.com or (206) 682-7525. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 41h Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the Parks Recreation & Community Services Planning & Development Division, City of Kent, Washington. Plans and specifications can be downloaded at no charge at www.KentWA.gov/Procurement. There will be a pre-bid walkthrough at 2:00 PM on Tuesday, November 12, 2019 for General Contractors and Sub-Contractors at Riverbend Driving Range, 2020 W. Meeker Street, Kent WA 98032. No oral communications will change the content of the invitation to bid. Only an addendum issued to amend or supplement the invitation to bid is binding. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. Bidder Prevailing Wage Training Requirements are mandatory for this project. Bidder must provide proof of required training or exemption from requirement. RCW 39.04.350. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day bid opening. Dated October 30, 2019. BY: c,ti Kimberley omoto, City Clerk [Published in Daily Journal of Commerce on November 1 and November 8, 2019.] INFORMATION FOR BIDDERS RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. o The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. All blanks in the proposal forms must be appropriately filled in. Bid documents must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. 3. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. 4. The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A Bidder who wishes to claim error after the bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the bid, requesting relief from the responsibilities of award. o The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the bid. The affidavit and the work sheets shall be submitted to the City's Representative no later than 5:00 p.m. on the first business day after bid opening, or the claim will not be considered. o The City's Representative will review the certified work sheets to determine validity of the claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all bids may be rejected or award made to the next lowest responsive, responsible Bidder. 5. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. 6. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. 7. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 8. No claim for delay shall be granted to the contractor due to his failure to submit the required documents to the City in accordance with this schedule. 9. The "Payment and Performance Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Performance Bond language of the contract. 10. Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 11. The Contractor shall include all costs of doing the work within the bid item prices. In the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and material required to perform the work shall be incidental and included with the bid item prices in the contract. 12. Refer to the insurance requirements in the project contract, which constitute the Contractor's Insurance requirements for this project. 13. In the event that inclement weather becomes a factor during the golf course construction phase, preventing the Contractor from reasonable pursuit of the project, the Contractor shall notify in writing with 48 hours of determination of the Owner's Representative and if justified, the Architects will add such time to the contract time, and to the seeding deadline. No additional general conditions will be allotted for this time. DIVISION 0 - CONTRACTING & PROCUREMENT REQUIREMENTS RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT CONTRACTOR COMPLIANCE STATEMENT (Presidential Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 Presidential 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) RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 1 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 2 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 3 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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 RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 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: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 4 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT 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 RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 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 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 (*). RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 5 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT BASE BID: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 UNIT PRICES - include all labor, materials, equipment and overhead necessary to purchase and install each item according to specifications. (Reference SECTION 01 2200 - UNIT PRICES) UNIT PRICE SCHEDULE Item Plan Price Tota I No. Item Description Quantity Unit Per Unit Amount 1 Sand Ton Section 31 2200 2 Fill Sq. Section 31 2200 Yd. 3 Underground Sprinklers LF Section 32 8423 4 Seeding Sq. Section 32 9219 Yd. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 6 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT BASE BID: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Include all labor, materials, equipment and overhead necessary to complete each item. BID SCHEDULE Item Plan Price Total No. Item Description Quantity Unit Per Unit Amount 1 Division 1 1 LS General Requirements 2 Division 2 1 LS Existing Conditions 3 Division 3 1 LS Concrete 4 Division 11 1 LS Equipment 5 Division 31 1 LS Earthwork 6 Division 32 1 LS Exterior Improvements 7 Division 33 1 LS Utilities Subtotal $ 10% WA State Sales Tax $ Base Bid Total Amount $ RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 7 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 8 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT BID SUMMARY BASE BID TOTAL AMOUNT $ RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 9 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PROPOSAL SIGNATURE PAGE PROJECT: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 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 75 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 Signature of Authorized Representative (Print Name and Title) Address RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 10 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT GENERAL CONTRACTOR'S REFERENCES If you have not worked for the City of Kent in the past three years: Please provide FIVE references for work performed similar in size and scope to the RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1. At least two of the references should be from a public agency. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. i I have worked for the City of Kent in 2017, 2018 or 2019. Name of Project(s): RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 11 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 This statement is required by state law (RCW 39.04.350(1)(f)) 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 (11/01/2019), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Bidder's Business Name Signature of Authorized Official* Printed Name Title Date City 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 12 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 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 (11/01/2019), 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 13 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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. Indicators of contractor 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 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 postal 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 14 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: STATUTORY REQUIREMENTS 1. MINIMUM CRITERIA REQUIRED BY WA STATE LAW 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 15 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City of Kent to determine bidder responsibility 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: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 16 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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? 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 17 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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; 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? RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 18 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 7. SIGNATURE 7.1 Dated 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: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 19 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT 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 100/a 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: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 Project Number: PK20-02 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 20 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT Subcontractor Name Item Numbers Subcontractor Name Item Numbers BIDDER'S SIGNATURE RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 21 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 Project Number: PK20-02 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 22 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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 RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 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 Received return of deposit in the sum of $ DATE: , 20 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 23 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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. RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 NAME OF PROJECT NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 24 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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 RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 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 Specifications including the latest amendments 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 substantially completed within 75 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. 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, RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 25 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 26 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT CITY OF KENT BY: DANA RALPH, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 27 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT EXHIBIT A INSURANCE REQUIREMENTS FOR RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 28 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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, RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 29 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 30 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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 $ RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 31 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) for this Change Order calendar days Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent 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: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 32 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [In this field,you may enter the electronic filepath where the contract has been saved] RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 33 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT 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 RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 (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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 34 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 35 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT REQUEST FOR INFORMATION RFI #: City of Kent DATE SENT: Parks, Recreation &Community Services V KENT Julie Parascondola, Director DATE NEEDED BY: TO: PROJECT #: COMPANY: PROJECT NAME: RFI DESCRIPTION (Enter description here) ATTACHMENTS: SUBMITTED BY: (Name, Title, Company) RESPONSE TO RFI RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING &PROCUREMENT PAGE 36 RIVERBEND GOLF DRIVING RANGE RENOVATION - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT ATTACHMENTS: RESPONSE BY: DATE: (Name, Title, Company) RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 DIVISION 0 - CONTRACTING & PROCUREMENT PAGE 37 DIVISIONS 1 - 33 TECHNICAL SPECIFICATIONS RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 SECTION 01 1000 SUMMARY PART 1 GENERAL 1.01 PROJECT: A. Project Name: Riverbend Driving Range Improvements- Phase I B. Project Location: 2020 W. Meeker Street, Kent, Washington 98032 C. Owner's Name: City of Kent. D. Architect's Name: Broderick Architects. 1.02 CONTRACT DESCRIPTION A. Project Scope: 1. Construct in a single complete contract the CITY OF KENT - RIVERBEND DRIVING RANGE IMPROVEMENTS - PHASE I, in accordance with the plans and project manual prepared by Broderick Architects. 1.03 COORDINATOR: A. It shall be the General Contractor's responsibility to coordinate the work of all trades (including electrical) taking part in the execution of this contract. 1.04 INSTRUCTIONS TO CONTRACTORS: A. All instructions will be given by the Architect or his authorized agents (e.g., field observers). No other instructions shall be recognized. Instructions from the Architect will be made to the Contractor or his authorized agents (e.g., Job Superintendent) for distribution to subcontractors and/or trades people on the job. Subcontractors and Material men shall not contact the Owner or Architect to discuss the Project. 1.05 PERMITS AND FEES: A. The Owner will pay the plan check fee, the grade and fill permit fee and the building permit fee to the City of Kent. The Contractor shall include in his Bid all additional cost of permits and fees as required (electrical, street use, etc.). 1.06 PREVAILING WAGE REQUIREMENTS: A. Pursuant to Washington State Law, this project will be subject to payment of prevailing wages to all contractors and subcontractors. 1.07 INSPECTIONS AND TESTING: A. Shall be as required by code and in specific sections of these specifications. Include any cost of said inspections and test in the Bid. The cost of any outside testing laboratories tests and/or inspections required by the City of Kent Building Department will be paid by the Owner unless the need for such additional tests and/or inspections was caused by the Contractor's errors, omission and/or neglect, as determined by the Architect, in which case the Contractor shall pay the cost of such additional tests and/of inspections. 1.08 SUBSTANTIAL COMPLETION DEFINED: A. The earliest date on which, in the opinion of the Architect, the Owner may fully occupy and use the Project for the purpose for which it is intended, without undue inconvenience to either Contractor or Owner. 1.09 PRIOR USE OR OCCUPANCY: A. The Owner shall have the right to occupy or use any completed or partially completed portion of the work prior to completion. B. City of Kent intends to continue to occupy adjacent portions of the existing building during the entire construction period. Riverbend Driving Range - Phase 1 01 1000- 1 SUMMARY C. Occupancy or use prior to completion shall not be deemed an acceptance of any part of the Work, unless mutually agreed to by Owner and Contractor, and any claim which Owner may have against Contractor shall not be deemed to have been waived by such occupancy of use. 1.10 INCLEMENT WEATHER A. In the event that inclement weather becomes a factor during the golf course construction phase, preventing the Contractor from reasonable pursuit of the project, the Contractor shall notify in writing with 48 hours of determination of the Owner's Representative and if justified, the Architect will add such time to the contract time, and to the seeding deadline. No additional general conditions will be allotted for this time. 1.11 ACT OF GOD A. "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other locality of the work, which might reasonable have been anticipated from historical records of general locality of the work, shall not be construed as an "Act of God". The Contractor shall take precautions to protect his work from inclement weather and make any repairs caused by it. 1.12 TIME IS OF THE ESSENCE A. The Contractor is hereby advised that time is of the essence. Initiation of the work and completion are to occur as rapidly as possible upon acceptance of Bid and authorization to proceed. Uncertain climatic conditions may cause disruption. Completion of project could be postponed until the next spring if work is not successfully completed due to inclement weather. Bid prices submitted will be for proper completion regardless of onset of cold weather. 1.13 CONCEALED CONDITIONS -ADDITIONAL COST: A. Should concealed conditions be encountered, the Contractor shall immediately notify the Architect of such conditions before they are disturbed. The Architect will promptly investigate, upon finding material deviating from the conditions indicated or inferred in the plans and project manual, he will prepare Change Order documents. Non-compliance with this requirement will result in no reimbursement to the Contractor for doing the Work except in an emergency endangering life or property. The notice for any work requiring additive cost shall be given within five (5) days of the event giving rise to the additional cost. 1.14 VANDALISM A. The Contractor is hereby advised to take all lawful and prudent precautions against vandalism on any work and equipment connected with this project. The Owner will not in any way be held financially responsible or accountable for vandalism, or be responsible to repair or replace any work or equipment. 1.15 WEATHER AND WATER TABLE CONDITIONS A. Since work may be done during inclement weather, each bidder shall satisfy himself before submitting his bid as to the hazards likely to arise from weather or high water table conditions. Complete weather records and reports may be obtained from any US Weather Bureau Office. No additional payment will be made for any conditions: caused by inclement water, wetlands, streams, flooding, saturated soils, or high water table. 1.16 CLEAN UP AND PROTECTION: A. The Contractor, as the Work process, shall keep the premises free from accumulation of waste material and rubbish and, at the completion of the Work shall remove from building and surrounding area all rubbish and any remaining equipment including, scaffolding, tools and surplus materials. B. Apply protective covering on installed Work and existing adjacent areas to remain where it is required to ensure freedom from damage or deterioration at time of Substantial Completion. C. Clean and perform maintenance on installed Work as frequently as necessary through the remainder of the construction period. Riverbend Driving Range- Phase 1 01 1000 -2 SUMMARY D. Work connecting to any adjacent property shall be kept unencumbered and available to the Owner's daily operations. Coordinate with the Owner time and duration of any and all down times with a minimum of 24 hours notice. E. The Contractor is responsible for protection of materials and completed work from vandalism until the work is completed. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Riverbend Driving Range - Phase 1 01 1000 - 3 SUMMARY SECTION 01 2200 UNIT PRICES PART 1 GENERAL 1.01 SECTION INCLUDES A. List of unit prices, for use in preparing Bids. Unit prices pertain to work required in excess of quantities called for on the Contract Documents. B. Measurement and payment criteria applicable to Work performed under a unit price payment method. 1.02 COSTS INCLUDED A. Unit Prices included on the Bid Form shall include full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 1.03 MEASUREMENT OF QUANTITIES A. Take all measurements and compute quantities. Measurements and quantities will be verified by the civil engineer. B. Assist by providing necessary equipment, workers, and survey personnel as required. C. Measurement by Area: Measured by square dimension using mean length and width or radius. 1.04 SCHEDULE OF UNIT PRICES A. Item: Sand; Section 31 2200 Measurement Method by the ton. B. Item: Fill; Section 31 2200 Measurement Method by the square yard. C. Item: Underground Sprinklers; Section 32 8423 Measurement Method by the linear foot for piping and sprinkler heads. D. Item: Seeding, Section 32 9219 Measurement Method by the square yard. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Riverbend Driving Range - Phase 1 01 2200- 1 UNIT PRICES SECTION 01 2500 SUBSTITUTION PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Procedural requirements for proposed substitutions. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 GENERAL REQUIREMENTS A. A Substitution Request for products, assemblies, materials, and equipment constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product, equipment, assembly, or system. 2. Agrees to provide the same warranty for the substitution as for the specified product. 3. Agrees to coordinate installation and make changes to other work that may be required for the work to be complete, with no additional cost to City of Kent. 4. Waives claims for additional costs or time extension that may subsequently become apparent. B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. Burden of proof is on proposer. C. Content: Include information necessary for tracking the status of each Substitution Request, and information necessary to provide an actionable response. D. Limit each request to a single proposed substitution item. 3.02 SUBSTITUTION PROCEDURES DURING CONSTRUCTION A. Submittal Form (after award of contract): 1. Submit substitution requests by completing CSI/CSC Form 13.1A- Substitution Request. See this form for additional information and instructions. Use only this form; other forms of submission are unacceptable. B. Broderick Architects will consider requests for substitutions only within 15 days after date of Agreement. C. Submit request for Substitution for Convenience immediately upon discovery of its potential advantage to the project, but not later than 14 days prior to time required for review and approval by Broderick Architects, in order to stay on approved project schedule. 1. In addition to meeting general documentation requirements, document how the requested substitution benefits the City of Kent through cost savings, time savings, greater energy conservation, or in other specific ways. 2. Document means of coordinating of substitution item with other portions of the work, including work by affected subcontractors. 3. Bear the costs engendered by proposed substitution of: a. City of Kent's compensation to Broderick Architects for any required redesign, time spent processing and evaluating the request. 3.03 RESOLUTION A. Broderick Architects will notify Contractor in writing of decision to accept or reject request. 3.04 ACCEPTANCE A. Accepted substitutions change the work of the Project. They will be documented and incorporated into work of the project by Change Order, Construction Change Directive, Architectural Supplementary Instructions, or similar instruments provided for in the Conditions of the Contract. Riverbend Driving Range- Phase 1 01 2500 - 1 SUBSTITUTION PROCEDURES 3.05 CLOSEOUT ACTIVITIES A. See Section 01 7800 -Closeout Submittals, for closeout submittals. END OF SECTION Riverbend Driving Range - Phase 1 01 2500 -2 SUBSTITUTION PROCEDURES SECTION 01 29 00 PAYMENT PROCEDURES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and other Division 0 and 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements governing the Contractor's Schedule of Values and Applications for Payment. B. Related Sections C. Project Closeout 1.03 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of the Contractor's Construction Schedule. 1. A single Schedule of Values shall be required for the project, including any alternate bid items. 2. Submit the Schedule of Values to the city's Project Manager no later than fifteen (15) calendar days after the date of award or prior to the pre-construction meeting, whichever comes first. B. Format and Content: Use the project manual table of contents as a guide to establish the format for the Schedule of Values. Provide at least one line-item for each specification section and each logically distinct area of work. Format and Content shall be approved by the city Project Manager and Owner's Representative. Include the following project identification information on the Schedule of Values: 1. Project name and location; 2. Owner's Name (City Project Manager unless otherwise specified); 3. Contractor's name and address; 4. Date Original submitted; 5. Date Revision submitted, if applicable. C. Arrange the Schedule of Values in tabular format with separate columns to indicate the following for each bid item: 1. Related specification section; 2. Description of work; 3. Name of subcontractor; RIVERBEND DRIVING RANGE IMPROVEMENTS Phase 1 SECTION 01 29 00 PAYMENT PROCEDURES PAGE 1 4. Name of manufacturer; 5. Dollar value; 6. Current contract value; 7. Previous percent complete; 8. Value of previous estimates; 9. Value of current estimates; 10. Current percent complete; 11. Total percent complete; 12. Value earned to date; 13. Value of contract balance. D. Provide a breakdown of the contract sum in sufficient detail to facilitate continued evaluation of Applications for payment and progress reports. Break principal subcontract amounts down into several line items. E. Round amounts to the nearest whole dollar. The total shall equal the contract sum. F. Mobilization, temporary facilities and other major cost items that are not direct costs of a work in place may be shown as separate line items in the Schedule of Values. G. Update and resubmit the Schedule of Values prior to the next Application for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. Such items shall be itemized separately at the end of the Schedule. H. The City's Representative reserves the right to reject the Schedule of Values if they determine that it is front loaded, does not reasonably approximate the anticipated cost of identified line items or does not provide sufficient detail for the complexity of the project. 1.04 APPLICATION FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by the City Representative(s). The initial Application for Payment and the final Application for Payment involve additional requirements. B. For each progress payment cycle, the Project Manager, Consultant, and Contractor shall agree on the percentage of work completed on each line item. This shall be the basis for the total amount payable identified on the Pay Estimate, C. Payment Application Times: The date for each progress payment will be scheduled approximately monthly. The period covered by each Application for Payment starts on the day following the end of the preceding period and ends on the day prior to the current application date. D. Payment Application Forms: 1. Do not use AIA Application for Payment form(s). 2. Submit current Schedule of Values with a cover sheet Invoice listing Specification Item(s) worked during the pay period covered, with a line item cost. RIVERBEND DRIVING RANGE IMPROVEMENTS Phase 1 SECTION 01 29 00 PAYMENT PROCEDURES PAGE 2 3. Calculate and show the Invoice Subtotal amount, 10% WA State Sales Tax amount for Kent, and Invoice Total Amount. 4. Do not calculate retainage amount on Applications for Payment. E. Application Preparation: Complete every entry on the form. Include execution by a person authorized to sign legal documents on behalf of the Contractor. The Project Manager/Consultant will return incomplete applications without action. Responsibility for delay of payment due to incomplete, inaccurate or incorrect forms shall be the Contractor's. 1. Entries shall match data on the Schedule of Values and the Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include approved Change Orders issued prior to the last day of the construction period covered by the application. Show such amounts separately from other work already included in the Schedule of Values. F. Transmittal: Submit 1 signed original copy of each Application for Payment to the Engineer. All copies shall be complete, including waivers of lien and similar attachments. G. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the Project Manager. 1. After the first Application for Payment, no further Applications will be processed without the notarized statement concerning payment to sub-contractors. H. Initial Application for Payment: Administrative actions and submittals that must precede or be submitted to the Owner through the Engineer prior to the Initial Application for Payment include the following. Failure to submit any of the following is sufficient grounds to withhold processing of Application for Payment. 1. List of subcontractors; 2. List of principal suppliers and fabricators; 3. Approved Schedule of Values; 4. Approved Contractor's Construction Schedule; 5. Schedule of principal products and submittals; 6. Schedule of unit prices; 7. List of Contractor's staff assignments; 8. Copies of any building permits, authorizations and licenses to be obtained by the Contractor from governing authorities for performance of the Work; 9. Certificates of insurance and insurance policies not previously required or filed; 10. Intent to Pay Prevailing Wages filed with and approved by WA Labor & Industries. I. Allow up to 30 days for approval of payment application and processing. All payments to the Contractor are remitted via U.S. Postal Service First-Class Mail. It is the Contractor's responsibility to ensure that mailing addresses for payment are up to date. Payment cannot be picked up or delivered in person. J. Final Application for Payment: Administrative actions and submittals that must precede or be submitted to the Owner through the Engineer prior to the Final Application for Payment RIVERBEND DRIVING RANGE IMPROVEMENTS Phase 1 SECTION 01 29 00 PAYMENT PROCEDURES PAGE 3 include the following. Failure to submit any of the following is sufficient grounds to withhold processing of Application for Payment. 1. Completion of all requirements noted in previous section item 1.02.C, "Project Closeout;" 2. Ensure that unsettled claims have been settled; 3. Signed receipt of transmittal of required project construction records to the Owner; 4. Property survey if required by Contract Documents; 5. Removal of temporary facilities and services, if not previously accomplished; 6. Removal of surplus materials, rubbish, and similar elements; 7. Project Permit Drawings and related documents including copies of the signed off permit sheets; 8. All final submittals shall be submitted at the same time. Partial submittals will not be processed; 9. Affidavit of Prevailing Wages Paid filed with and approved by WA Labor & Industries PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 29 00 RIVERBEND DRIVING RANGE IMPROVEMENTS Phase 1 SECTION 01 29 00 PAYMENT PROCEDURES PAGE 4 SECTION 01 3000 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General administrative requirements. B. Preconstruction meeting. C. Site mobilization meeting. D. Progress meetings. E. Construction progress schedule. F. Progress photographs. G. Coordination drawings. H. Submittals for review, information, and project closeout. 1.02 RELATED REQUIREMENTS A. Section 01 6000 - Product Requirements: General product requirements. B. Section 01 7000 - Execution and Closeout Requirements: Additional coordination requirements. C. Section 01 7800 - Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. 1.03 GENERAL ADMINISTRATIVE REQUIREMENTS A. Comply with requirements of Section 01 7000 - Execution and Closeout Requirements for coordination of execution of administrative tasks with timing of construction activities. B. Make the following types of submittals to Broderick Architects: 1. Requests for Interpretation (RFI). 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Design data. 6. Manufacturer's instructions and field reports. 7. Applications for payment and change order requests. 8. Progress schedules. 9. Coordination drawings. 10. Correction Punch List and Final Correction Punch List for Substantial Completion. 11. Closeout submittals. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A. Schedule meeting after Notice of Award. B. Attendance Required: 1. City of Kent. 2. Broderick Architects. 3. Contractor. C. Agenda: 1. Execution of City of Kent-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of subcontractors, list of products, schedule of values, and progress schedule. 5. Submission of initial Submittal schedule. Riverbend Driving Range - Phase 1 01 3000 - 1 ADMINISTRATIVE REQUIREMENTS 6. Identification of long leadtime items. 7. Designation of personnel representing the parties to Contract and Broderick Architects. 8. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 9. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Broderick Architects, City of Kent, participants, and those affected by decisions made. 3.02 SITE MOBILIZATION MEETING A. Attendance Required: 1. Contractor. 2. City of Kent. 3. Broderick Architects. 4. Contractor's superintendent. 5. Major subcontractors. B. Agenda: 1. Use of premises by City of Kent and Contractor. 2. City of Kent's requirements. 3. Construction facilities and controls provided by City of Kent. 4. Temporary utilities provided by City of Kent. 5. Survey and fencing pole layout. 6. Security and housekeeping procedures. 7. Schedules. 8. Application for payment procedures. 9. Procedures for testing. 10. Procedures for maintaining record documents. 11. Inspection and acceptance of equipment put into service during construction period. 12. Frequancy of Owner/Architect/Contractor meetings C. Contractor to record minutes and distribute copies within two days after meeting to participants, with copies to Broderick Architects, City of Kent, participants, and those affected by decisions made. 3.03 PROGRESS MEETINGS A. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. B. Meetings will be held on-site in the exisitng Driving Range building in an area provded. C. Attendance Required: 1. Contractor. 2. City of Kent. 3. Broderick Architects. 4. Contractor's superintendent. 5. Major subcontractors. D. Agenda: 1. Review minutes of previous meetings. 2. Review of work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule: Overall Project Schedule/3-Week Look Ahead Schedule and Weekly Schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Maintenance of quality and work standards. Riverbend Driving Range - Phase 1 01 3000 -2 ADMINISTRATIVE REQUIREMENTS 10. Effect of proposed changes on progress schedule and coordination. 11. Other business relating to work. E. Record minutes and distribute copies within two days after meeting to participants, with copies to Broderick Architects, City of Kent, participants, and those affected by decisions made. 3.04 CONSTRUCTION PROGRESS SCHEDULE A. If preliminary schedule requires revision after review, submit revised schedule within 10 days. B. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. C. Within 10 days after joint review, submit complete schedule. D. Submit updated schedule with each Application for Payment. 3.05 PROGRESS PHOTOGRAPHS A. Maintain one set of all photographs at project site for reference; same copies as submitted, identified as such. B. Photography Type: Digital, electronic files. C. Take photographs as evidence of existing project conditions as follows: 1. Exterior views: Grading activity, irrigation and utility installation. 3.06 COORDINATION DRAWINGS A. Provide information required by Project Coordinator for preparation of coordination drawings. 3.07 ON SITE AS-BUILT DRAWINGS A. Each Contractor(General, Mechanical, Electrical, etc.) shall maintain a set of on site As-Built Drawings at the job site. These shall be kept legible and current, and shall be available for inspection at all times by the Owner. All changes in the contract work or work added shall be, neatly and in consistent format, shown on these drawings in a permanent contrasting color(e.g. using a red, blue, green, or other colored pen). B. Upon substantial completion of the project, each Contractor(General, Mechanical, Electrical, etc.) shall submit one copy of the As-Built Drawings to the Owner for review and approval. 3.08 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit to Broderick Architects for review for the limited purpose of checking for compliance with information given and the design concept expressed in Contract Documents. C. Samples will be reviewed for performance. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 7800- Closeout Submittals. 3.09 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. Riverbend Driving Range - Phase 1 01 3000 - 3 ADMINISTRATIVE REQUIREMENTS 7. Other types indicated. B. Submit for Broderick Architects's knowledge as contract administrator or for City of Kent. 3.10 SUBMITTALS FOR PROJECT CLOSEOUT A. Submit Correction Punch List for Substantial Completion. B. Submit Final Correction Punch List for Substantial Completion. C. When the following are specified in individual sections, submit them at project closeout in compliance with requirements of Section 01 7800 -Closeout Submittals: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. D. Submit for City of Kent's benefit during and after project completion. END OF SECTION Riverbend Driving Range- Phase 1 01 3000 -4 ADMINISTRATIVE REQUIREMENTS SECTION 01 4000 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Submittals. B. Testing and inspection agencies and services. C. Control of installation. D. Defect Assessment. 1.02 RELATED REQUIREMENTS A. Section 01 4216 - Definitions. B. Section 01 6000 - Product Requirements: Requirements for material and product quality. 1.03 SUBMITTALS A. See Section 01 3000-Administrative Requirements, for submittal procedures. 1.04 TESTING AND INSPECTION AGENCIES AND SERVICES A. City of Kent will employ and pay for services of an independent testing agency to perform other specified testing. B. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. PART 3 EXECUTION 2.01 CONTROL OF INSTALLATION A. The Contractor is responsible for protection of materials and completed work from vandalism until the work is completed. B. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. C. Comply with manufacturers' instructions, including each step in sequence. D. Should manufacturers' instructions conflict with Contract Documents, request clarification from Broderick Architects before proceeding. E. Comply with specified standards as minimum quality for the work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. F. Have work performed by persons qualified to produce required and specified quality. G. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. H. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. I. The following items need to be field observed and approved prior to cover: 1. Fine grading 2. Underground sprinkler lines 3. Site drainage 4. Seeding 2.02 TESTING AND INSPECTION A. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. Riverbend Driving Range - Phase 1 01 4000 - 1 QUALITY REQUIREMENTS 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Broderick Architects and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with City of Kent's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. B. Re-testing required because of non-compliance with specified requirements shall be performed by the same agency on instructions by Broderick Architects. C. Re-testing required because of non-compliance with specified requirements shall be paid for by Contractor. 2.03 DEFECT ASSESSMENT A. Replace Work or portions of the Work not complying with specified requirements. END OF SECTION Riverbend Driving Range - Phase 1 01 4000 -2 QUALITY REQUIREMENTS SECTION 01 4216 DEFINITIONS PART 1 GENERAL 1.01 SUMMARY A. This section supplements the definitions contained in the General Conditions. 1.02 DEFINITIONS A. Character And Intent Of Drawings And Specifications: 1. Items of Work, shown and not specified, or mentioned in the specifications and not shown on the Drawings, shall be considered required as if it had been both specified and shown on the Drawings. 2. The General Conditions, Drawings and Specifications contemplate a finished piece of Work of such character and quality as described in and reasonably inferred from them, and the Contractor shall include sufficient allowance to make his Work complete and operable, fitting with the Work of other Contractors and the Owner, and in compliance with good practice and ordinances, codes and regulations of all bodies or persons having governmental authority over the Project. He agrees that the failure to show details or repeat on any drawings the figures or notes given on another shall not be cause for additional charges or claims. 3. The Drawings are intended to show the general arrangement, design and extent of the work and extent of the Work are partly diagrammatic. They are not intended to be scaled for rough-in dimensions, or to serve as shop drawings or portions thereof. B. Verification Of Dimensions: 1. Before layout of the Work, the Contractor and all Subcontractors shall verify all grades, lines, levels, existing conditions and dimensions at the job site and as shown on the Drawings. They shall report any errors or inconsistencies in the above to the Architect before commencing Work. C. Errors And Omissions: 1. If any errors or omissions appear in the Drawings, Specifications or other documents the Contractor shall notify the Architect in writing of such omissions or errors prior to proceeding with any Work which appears in question. 2. In the event of the Contractor's failing to give such notice, he shall be held responsible for the results of any such errors or omissions and the cost of rectifying the same. 3. The Contractor shall have all items or details clarified with the Architect prior to submitting a bid, otherwise the Architect's interpretation shall be final. D. Language: 1. These specifications are written in the abbreviated form and frequently include incomplete sentences. 2. Omission of words such as: "shall be," "the Contractor shall," "as noted on the Drawings" is intentional. Omitted words and phrases shall be included by inference in the same manner as they are in a note on the Drawings. 3. For the purpose of brevity, such words as: "install," "erect ,""connect," and "apply" will not be repeated hereinafter with reference to some materials, items or equipment. However, unless specifically excepted, every item and all materials shall be installed, erected, connected and/or applied strictly in accordance with the manufacturer's written instructions and/or recommendations and made ready for use. a. "Contractor" 1) Refers, as applicable, to the General Contractor, thus differentiated from a subcontractor, even though "Contractor" may be used with respect to subcontractor's Work. Likewise, the subcontractor's work assumes the Work of the"Contractor", if so subcontracted. b. "Contractor" Referenced in Imperative Mode Riverbend Driving Range - Phase 1 01 4216 - 1 DEFINITIONS 1) Where imperative mode is used, General Contractor is the one who is required to perform or is responsible for the Work of others. c. Subcontractor 1) The entity(person or firm)who has a direct contract with the General Contractor to perform a particular part of the Work at the project site. Article 5 of the General Conditions obligates each subcontractor to assume the duties and obligations stated in the Contract between the Contractor and Owner. d. Installer 1) The entity(person or firm)who has a direct contract with the General Contractor to perform a particular part of the Work at the project site. Article 5 of the General Conditions obligates each installer to assume the duties and obligations stated in the Contract between the Contractor and Owner. e. Equal, Approved, Approved Equal Similar Usage 1) Where the terms "or equal", "or approved", "or approved equal", or similar expressions are used, the Architect and the Owner are the sole judge of quality and suitability of proposed substitution. Do not construe terminology in any as giving the Contractor the Option to use materials other than those specified, without written permission of the Architect. f. Miscellaneous Terms 1) "Provide" shall mean "furnish and install" or"furnish labor and materials required for installation, ready for use, and under the term of the Contract Documents." 2) "As shown", "as indicated", "as detailed", "as noted", or words of similar import refer to the Contract Documents. 3) "The Work", means " the work to be Accomplished under this Contract." 4) "Approved" means "approved by the Architect." 5) "For approval" means "for the Architect's approval." E. Number Of Specified Items Required: 1. Whenever an article, device or piece of equipment is referred to in the singular number, such references shall include as many items as shown on the Drawings or as are required to complete the installation. 2. The Contractor shall provide all items listed, and perform all operations called for, in accordance with Article 3 of the"General Conditions." F. Organization Of Specifications: 1. Division of these specifications into trades conforms roughly to customary practice. They are used for convenience only. The Architect is not bound to define the limits of any subcontract, and will not enter into disputes between the Contractor and his employees, including subcontractors and suppliers. 2. All sections of DIVISION 0, Bidding Requirements and Contract Documents, and DIVISION 1, General Requirements, of this Project Manual shall be a part of all technical divisions and sections the same as if they were specifically called for in each section. G. Format Explanation: 1. The format of the principal portions of technical specifications is described as follow (although certain portions may not fully comply and no particular significance will be attached to such compliance or non-compliance): 2. Titles a. The specifications are divided into divisions and sections for the convenience of writing and using. The titles of these are not intended to imply a particular meaning or to fully describe the work in each division, subdivision or section, and are not an integral part of the text which specifies the requirements. 3. 3-Part Section a. Each section of specifications has been subdivided into 3"parts for uniformity and convenience (Part 1 -General, Part 2 - Products, and Part 3 - Execution). These do not imply a particular meaning and are not an integral part of the text which specifies Riverbend Driving Range - Phase 1 01 4216 -2 DEFINITIONS the requirements. Where text for one of the parts is lacking due to project requirements, the title is included followed by the words "Not Used." PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Riverbend Driving Range - Phase 1 01 4216 - 3 DEFINITIONS SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary sanitary facilities. C. Temporary Controls: Barriers, enclosures, and fencing. D. Security requirements. E. Vehicular access and parking. F. Waste removal facilities and services. G. Field offices. 1.02 TEMPORARY UTILITIES A. City of Kent will provide the following: 1. Electrical power, consisting of connection to existing facilities. 2. Water supply, consisting of connection to existing facilities. B. Existing facilities may be used. 1.03 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. 1.04 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plants designated to remain. Replace damaged plants. C. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.05 FENCING A. Provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.06 SECURITY -SEE SECTION 01 3553 A. Provide security and facilities to protect Work, existing facilities, and City of Kent's operations from unauthorized entry, vandalism, or theft. 1.07 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks, access to emergency facilities, and access for emergency vehicles. B. Coordinate access and haul routes with governing authorities and City of Kent. C. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking. 1.08 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. Riverbend Driving Range- Phase 1 01 5000- 1 TEMPORARY FACILITIES AND CONTROLS D. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.09 FIELD OFFICES A. Office: A space witin the exisitng Riverbend Driving Range facility will be provided for a field office. Contractor to equip with with sturdy furniture, drawing rackand drawing display table. B. Provide space for Project meetings, with table and chairs to accommodate 6 persons. 1.10 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Date of Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. D. Restore existing facilities used during construction to original condition. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION Riverbend Driving Range - Phase 1 01 5000 -2 TEMPORARY FACILITIES AND CONTROLS SECTION 01 5713 TEMPORARY EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. Prevention of erosion due to construction activities. B. Prevention of sedimentation of waterways, open drainage ways, and storm and sanitary sewers due to construction activities. C. Restoration of areas eroded due to insufficient preventive measures. D. Performance bond. E. Compensation of City of Kent for fines levied by authorities having jurisdiction due to non-compliance by Contractor. 1.02 RELATED REQUIREMENTS A. Section 31 1000 - Site Clearing: Limits on clearing; disposition of vegetative clearing debris. B. Section 31 2200 - Grading: Temporary and permanent grade changes for erosion control. C. Section 32 9219 -Seeding: Permanent turf for erosion control. 1.03 REFERENCE STANDARDS A. EPA (NPDES) - National Pollutant Discharge Elimination System (NPDES), Construction General Permit; Current Edition. 1.04 PERFORMANCE REQUIREMENTS A. Comply with requirements of EPA (NPDES)for erosion and sedimentation control, as specified by the NPDES, for Phases I and II, and in compliance with requirements of Construction General Permit(CGP), whether the project is required by law to comply or not. B. Comply with all requirements of State of Washington and the City of Kent for erosion and sedimentation control. C. Develop and follow an Erosion and Sedimentation Prevention Plan and submit periodic inspection reports. D. Do not begin clearing, grading, or other work involving disturbance of ground surface cover until applicable permits have been obtained; furnish all documentation required to obtain applicable permits. E. Provide to City of Kent a Performance Bond covering erosion and sedimentation preventive measures only, in an amount equal to 100 percent of the cost of erosion and sedimentation control work. F. Timing: Put preventive measures in place as soon as possible after disturbance of surface cover and before precipitation occurs. G. Storm Water Runoff: Control increased storm water runoff due to disturbance of surface cover due to construction activities for this project. 1. Prevent runoff into storm and sanitary sewer systems, including open drainage channels, in excess of actual capacity or amount allowed by authorities having jurisdiction, whichever is less. 2. Anticipate runoff volume due to the most extreme short term and 24-hour rainfall events that might occur in 25 years. H. Erosion On Site: Minimize wind, water, and vehicular erosion of soil on project site due to construction activities for this project. 1. Control movement of sediment and soil from temporary stockpiles of soil. 2. Prevent development of ruts due to equipment and vehicular traffic. 3. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to City of Kent. Riverbend Driving Range- Phase 1 01 5713- 1 TEMPORARY EROSION AND SEDIMENT CONTROL I. Erosion Off Site: Prevent erosion of soil and deposition of sediment on other properties caused by water leaving the project site due to construction activities for this project. 1. Prevent windblown soil from leaving the project site. 2. Prevent tracking of mud onto public roads outside site. 3. Prevent mud and sediment from flowing onto sidewalks and pavements. 4. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to City of Kent. J. Sedimentation of Waterways On Site: Prevent sedimentation of waterways adjacent the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers. 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to City of Kent; remove deposited sediments; comply with requirements of authorities having jurisdiction. 2. If sediment basins are used as temporary preventive measures, pump dry and remove deposited sediment after each storm. K. Sedimentation of Waterways Off Site: Prevent sedimentation of waterways off the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers. 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to City of Kent; remove deposited sediments; comply with requirements of authorities having jurisdiction. L. Open Water: Prevent standing water that could become stagnant. M. Maintenance: Maintain temporary preventive measures until permanent measures have been established. 1.05 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Erosion and Sedimentation Control Plan: 1. Include: a. Site plan identifying soils and vegetation, existing erosion problems, and areas vulnerable to erosion due to topography, soils, vegetation, or drainage. b. Site plan showing grading; new improvements; temporary roads, traffic accesses, and other temporary construction; and proposed preventive measures. c. Where extensive areas of soil will be disturbed, include storm water flow and volume calculations, soil loss predictions, and proposed preventive measures. d. Schedule of temporary preventive measures, in relation to ground disturbing activities. e. Other information required by law. f. Format required by law is acceptable, provided any additional information specified is also included. 2. Obtain the approval of the Plan by authorities having jurisdiction. 3. Obtain the approval of the Plan by City of Kent. C. Inspection Reports: Submit report of each inspection; identify each preventive measure, indicate condition, and specify maintenance or repair required and accomplished. END OF SECTION Riverbend Driving Range - Phase 1 01 5713 -2 TEMPORARY EROSION AND SEDIMENT CONTROL SECTION 01 6000 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Transportation, handling, storage and protection. C. Product option requirements. D. Substitution limitations. E. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 SUBMITTALS A. General: 1. Coordinate submittals with the progress schedule and actual progress of the Work. Provide copies required by governing authorities, in addition to copies specified for submittal to Architect. 2. Samples, Shop Drawings And Paperwork Submittals: a. All materials or items submitted to the Architect must be labeled with the Contractor's Name, Project Name, and Contractors Signature showing his approval of the product. B. Shop Drawings: 1. The Contractor shall verify all field measurements and submit with such promptness as to cause no delay to the Work, four(4) copies, checked and approved by himself, of all shop drawings required for the work. No shop drawings shall be submitted for the Architect's review until after they have been reviewed and noted for construction methods, dimensioning, and other trade requirements by the contractor and stamped with the contractor's approval seal. Architect's review shall not relieve the Contractor of responsibility for conforming with the plans and specifications unless attention has been called to the deviation at the time of the submission, nor shall it relieve him from responsibility for errors in the shop drawings. Shop drawings shall not be used as a method of submitting revisions. 2. The Contractor shall allow seven (7)working days for review of all shop drawings. The Architect shall retain two (2) copies and return two(2) to the Contractor. 3. The Architect shall review and approve such shop drawings only for conformance with the design concept of the Project and compliance with the Contract Documents. 4. The Contractor shall make corrections required by the Architect. 5. The Architect's review and/or approval of the shop drawings shall not relieve the Contractor of the responsibility for errors in the shop drawings. C. Submit complete information on the following items of Work: 1. Temporary Erosion Control Plan, Section 01 5713 2. Demolition /Sequencing Plan, Section 01 7000 3. Cutting and Patching, Section 01 7000 4. Closeout Submittals, Section 01 7800 5. Cast-In-Place Concrete, Section 03 3000 6. Athletic Field Equipment, Section 11 6833 7. Topsoil Material, Section 31 2200 8. Chain Link Fences and Gates, Section 32 3113 9. Underground Sprinklers, Section 32 8423 10. Seeding, Section 32 9219 11. Storm Water Graity Piping, Section 33 4211 D. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. Riverbend Driving Range - Phase 1 01 6000- 1 PRODUCT REQUIREMENTS E. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. F. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 NEW PRODUCTS A. Provide new products unless specifically required or permitted by Contract Documents. 2.02 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.03 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site, obtain receipt prior to final payment. PART 3 EXECUTION 3.01 TRANSPORTATION AND HANDLING A. Package products for shipment in manner to prevent damage; for equipment, package to avoid loss of factory calibration. B. If special precautions are required, attach instructions prominently and legibly on outside of packaging. C. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. E. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. H. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.02 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weathertight, climate-controlled enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. Riverbend Driving Range - Phase 1 01 6000 -2 PRODUCT REQUIREMENTS F. Protect products from damage or deterioration due to construction operations, weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, and other contaminants. G. Comply with manufacturer's warranty conditions, if any. H. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. I. Prevent contact with material that may cause corrosion, discoloration, or staining. J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION Riverbend Driving Range- Phase 1 01 6000 - 3 PRODUCT REQUIREMENTS SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition. C. Cutting and patching. D. Surveying for laying out the work. E. Cleaning and protection. F. Closeout procedures, including Contractor's Correction Punch List, except payment procedures. G. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Section 01 1000 -Summary: Limitations on working on an occupied site, work sequence; identification of salvaged and relocated materials. B. Section 01 5000 -Temporary Facilities and Controls: Temporary exterior enclosures. C. Section 01 5713 -Temporary Erosion and Sediment Control: Additional erosion and sedimentation control requirements. 1.03 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. On request, submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in compliance with Contract Documents. 3. Submit surveys and survey logs for the project record. C. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, and location and construction of barricades and fences. 2. Identify demolition firm and submit qualifications. 3. Include a summary of safety procedures. D. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Efficiency, maintenance, or safety of any operational element. 3. Visual qualities of sight exposed elements. 4. Work of City of Kent or separate Contractor. 1.04 QUALIFICATIONS A. For surveying work, employ a land surveyor registered in Washington and acceptable to Broderick Architects. Submit evidence of surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. Employ only individual(s) trained and experienced in collecting and recording accurate data relevant to ongoing construction activities, B. For design of temporary shoring and bracing, employ a Professional Engineer experienced in design of this type of work and licensed in Washington. 1.05 PROJECT CONDITIONS A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. Riverbend Driving Range - Phase 1 01 7000 - 1 EXECUTION AND CLOSEOUT REQUIREMENTS C. Perform dewatering activities, as required, for the duration of the project. D. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. E. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as berms, dikes, and drains, to prevent water flow. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.06 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on drawings. Follow routing indicated for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. C. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. D. Coordinate completion and clean-up of work of separate sections. E. After City of Kent occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of City of Kent's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 6000 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, Riverbend Driving Range - Phase 1 01 7000 -2 EXECUTION AND CLOSEOUT REQUIREMENTS assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Broderick Architects of any discrepancies discovered. C. Protect survey control points prior to starting site work; preserve permanent reference points during construction. D. Promptly report to Broderick Architects the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Broderick Architects. F. Utilize recognized engineering survey practices. G. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements, stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. 3. Building foundation, column locations, ground floor elevations. H. Periodically verify layouts by same means. I. Maintain a complete and accurate log of control and survey work as it progresses. 3.04 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.05 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as indicated. 2. Report discrepancies to Broderick Architects before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. 2. Relocate items indicated on drawings. C. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. D. Adapt existing work to fit new work: Make as neat and smooth transition as possible. Riverbend Driving Range - Phase 1 01 7000 -3 EXECUTION AND CLOSEOUT REQUIREMENTS 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Broderick Architects. E. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Where the surface is indicated to be refinished, patch so that the substrate is ready for the new finish. F. Clean existing systems and equipment. G. Remove demolition debris and abandoned items from alterations areas and dispose of off-site; do not burn or bury. H. Do not begin new construction in alterations areas before demolition is complete. I. Comply with all other applicable requirements of this section. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. See Alterations article above for additional requirements. C. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non-complying work. D. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. E. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. F. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. G. Restore work with new products in accordance with requirements of Contract Documents. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site, do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections,jambs, sills, and soffits of openings. Riverbend Driving Range - Phase 1 01 7000 -4 EXECUTION AND CLOSEOUT REQUIREMENTS E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed, reuse or recycle coverings if possible. 3.09 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.10 FINAL CLEANING A. Use cleaning materials that are nonhazardous. B. Clean debris from roofs, gutters, downspouts, scuppers, overflow drains, area drains, and drainage systems. C. Clean site; sweep paved areas, rake clean landscaped surfaces. D. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site, dispose of in legal manner; do not burn or bury. 3.11 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Broderick Architects and City of Kent. B. Accompany Project Coordinator on preliminary inspection to determine items to be listed for completion or correction in the Contractor's Correction Punch List for Contractor's Notice of Substantial Completion. C. Notify Broderick Architects when work is considered ready for Broderick Architects's Substantial Completion inspection. D. Submit written certification containing Contractor's Correction Punch List, that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Broderick Architects Substantial Completion inspection. E. Conduct Substantial Completion inspection and create Final Correction Punch List containing Broderick Architects's and Contractor's comprehensive list of items identified to be completed or corrected and submit to Broderick Architects. F. Correct items of work listed in Final Correction Punch List and comply with requirements for access to City of Kent-occupied areas. G. Notify Broderick Architects when work is considered finally complete and ready for Broderick Architects's Substantial Completion final inspection. H. Complete items of work determined by Broderick Architects listed in executed Certificate of Substantial Completion. 3.12 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. Riverbend Driving Range - Phase I 01 7000 - 5 EXECUTION AND CLOSEOUT REQUIREMENTS E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the City of Kent. END OF SECTION Riverbend Driving Range- Phase 1 01 7000 -6 EXECUTION AND CLOSEOUT REQUIREMENTS SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 SUBMITTALS A. Project Record Documents: Submit documents to Broderick Architects with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Broderick Architects will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by City of Kent, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Broderick Architects comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. Contractor to provide One-Year Correction Period and Workmanship Warranty covering that all labor and materials furnished and work performed are in accordance with the contract documents and authorized modifications thereto, and will be free from defects due to defective materials or workmanship for a period of one year from Date of Final Completion. 2. For equipment or component parts of equipment put into service during construction with City of Kent's permission, submit documents within 10 days after acceptance. 3. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 4. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Addenda. 3. Change Orders and other modifications to the Contract. 4. Reviewed shop drawings, product data, and samples. B. Each Contractor(General, Mechanical, Electrical, etc.) shall maintain a set of on site As-Built Drawings at the job site. These shall be kept legible and current, and shall be available for inspection at all times by the Owner. All changes in the contract work or work added shall be, neatly and in consistent format, shown on these drawings in a permanent contrasting color(e.g. using a red, blue, green, or other colored pen). C. Ensure entries are complete and accurate, enabling future reference by City of Kent. D. Store record documents separate from documents used for construction. E. Record information concurrent with construction progress. Riverbend Driving Range - Phase 1 01 7800 - 1 CLOSEOUT SUBMITTALS F. Record Drawings, Design Build Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract drawings. 3. Upon substantial completion of the project, each Contractor(General, Mechanical, Electrical, etc.) shall submit one copy of the As-Built Drawings to the Owner for review and approval. G. Design Build Drawings: Provide compact disc with dwg files and supporting information. 3.02 OPERATION AND MAINTENANCE DATA A. Source Data: For each product or system, list names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 ASSEMBLY OF OPERATION AND MAINTENANCE MANUALS A. Assemble operation and maintenance data into durable manuals for City of Kent's personnel use, with data arranged in the same sequence as, and identified by, the specification sections. B. Where systems involve more than one specification section, provide separate tabbed divider for each system. C. Prepare instructions and data by personnel experienced in maintenance and operation of described products. D. Prepare data in the form of an instructional manual. E. Binders: Commercial quality, 8-1/2 by 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. F. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. G. Project Directory: Title and address of Project; names, addresses, and telephone numbers of Broderick Architects, Consultants, Contractor and subcontractors, with names of responsible parties. H. Tables of Contents: List every item separated by a divider, using the same identification as on the divider tab; where multiple volumes are required, include all volumes Tables of Contents in each volume, with the current volume clearly identified. I. Dividers: Provide tabbed dividers for each separate product and system; identify the contents on the divider tab; immediately following the divider tab include a description of product and major component parts of equipment. J. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. K. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. 3.04 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with City of Kent's permission, leave date of beginning of time of warranty until Date of Substantial completion is determined. Riverbend Driving Range - Phase 1 01 7800 -2 CLOSEOUT SUBMITTALS B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. END OF SECTION Riverbend Driving Range- Phase 1 01 7800 -3 CLOSEOUT SUBMITTALS SECTION 02 4100 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of site elements for alterations purposes, including but not limited to the following: 1. Removal of the existing artificial turf from the driving range area. 2. Removal of existing timber retaining walls. 3. Removal of asphalt, concrete, rip-rap and gravel from the affected project area. 4. Removal of designated trees. 5. Removal of the existing wood poles (holding the existing netting). 6. Remove the designated light poles. 7. Remove light pole electrical service back to the electrical panel. 8. Remove the existing putt-putt course including artificial turf, structures, rocks and plantings. 9. Removal of the existing chain link fence along Russel Road and south of the putt-putt course. B. Materials to be Salvaged and Reused: 1. Salvage and reuse the following: a. Salvage Pole#11 2. Return to the Owner any of the following items (which in the opinion of the Owner of salvageable condition): a. none C. Owner Provide Demolition Items: 1. none D. Related work specified elsewhere: 1. Contractor to clearly understand the project area and the interface with future Phase 2 and Phase 3. E. Schedule: Submit schedule indicating proposed sequence of operations for selective demolition work to Owner's and Tenant's Representative for review prior to start of work. 1. Work of all trades associated with selective demolition shall be performed during normal work hours, between 7:00 AM and 7:00 PM. 2. Provide detailed sequence of demolition and removal work. 3. Examine existing conditions prior to demolition. Notify Architect immediately if any variations from the Contract Documents are encountered. F. Occupancy: All adjacent areas of the site/building will remain in use. G. Condition of Site/Structures: Owner assumes no responsibility for actual condition of items or elements to be demolished. H. Salvaged Materials: Items of salvageable value to Contractor may be removed from site as work progresses. Salvaged items must be transported from site as they are removed. 1. Storage or sale of removed items will not be permitted on site. I. Protections: Provide temporary barricades and other forms of protection as required to protect Owner's personnel and general public from injury due to selective demolition work. 1. Provide protective measures as required to provide free and safe passage of Owner's personnel and building tenants as they interface with demolition work. J. Damages: Promptly repair damages caused to adjacent facilities by demolition work at no cost to Owner. Riverbend Driving Range- Phase 1 02 4100- 1 DEMOLITION PART 2 PRODUCTS 2.01 MATERIALS (NOT APPLICABLE) PART 3 EXECUTION 3.01 EXECUTION: A. Survey existing conditions and correlate with the Construction Documents to determine the extent of demolition required. B. Insofar as is practical, arrange operations to reveal unknown or concealed structural conditions for examination and verification before removal or demolition. C. Separate areas in which demolition is being conducted from other areas that are still occupied. D. If unanticipated utilities, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of conflict. Submit report to Owner's representative in written, accurate detail. Pending receipt of directive from Owner's representative, rearrange selective demolition schedule as necessary to continue overall job progress without delay. E. Disposal of Demolished Materials: Remove debris, rubbish, and other materials resulting from demolition operations from building site. Transport and legally dispose off site. 1. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. F. Repair demolition performed in excess of that required. Return structures and surfaces to remain to condition existing prior to commencement of selective demolition work. Repair adjacent construction or surfaces soiled or damaged by selective demolition work. END OF SECTION Riverbend Driving Range- Phase 1 02 4100 -2 DEMOLITION SECTION 03 3000 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Concrete formwork. B. Concrete footings for new steel poles of the driving range net fencing. C. Concrete reinforcement. D. Concrete curing. 1.02 REFERENCE STANDARDS A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete, 1991 (Reapproved 2009). B. ACI 301 -Specifications for Structural Concrete; 2016. C. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; 2000 (Reapproved 2009). D. ACI 308R - Guide to External Curing of Concrete; 2016. E. ACI 318 - Building Code Requirements for Structural Concrete and Commentary; 2014 (Errata 2018). F. ASTM A615/A615M - Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement; 2018. G. ASTM C1602/C1602M -Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete; 2012. H. ASTM C33/C33M -Standard Specification for Concrete Aggregates; 2016, with Editorial Revision (2016). I. ASTM C39/C39M -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2018. J. ASTM C150/C150M - Standard Specification for Portland Cement, 2018. K. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete; 2015, L. ASTM C1240- Standard Specification for Silica Fume Used in Cementitious Mixtures; 2015. 1.03 SUBMITTALS A. See Section 01 3000-Administrative Requirements, for submittal procedures. B. Mix Design: Submit proposed concrete mix design. 1. Indicate proposed mix design complies with requirements of ACI 301, Section 4 -Concrete Mixtures. 2. Indicate proposed mix design complies with requirements of ACI 318, Chapter 5 - Concrete Quality, Mixing and Placing. C. Test Reports: Submit report for each test or series of tests specified. D. Test Reports: Submit termite-resistant sheet manufacturer's summary of independent laboratory and field testing for effectiveness in subterranean termite exclusion. E. Sustainable Design Submittal: If any fly ash, ground granulated blast furnace slag, silica fume, rice hull ash, or other waste material is used in mix designs to replace Portland cement, submit the total volume of concrete cast in place, mix design(s) used showing the quantity of portland cement replaced, reports showing successful cylinder testing, and temperature on day of pour if cold weather mix is used. F. Project Record Documents: Accurately record actual locations of embedded utilities and components that will be concealed from view upon completion of concrete work. Riverbend Driving Range - Phase 1 03 3000- 1 CAST-IN-PLACE CONCRETE 1.04 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. PART 2 PRODUCTS 2.01 FORMWORK A. Form Materials: Contractor's choice of standard products with sufficient strength to withstand hydrostatic head without distortion in excess of permitted tolerances. 1. Form Ties: Cone snap type that will leave no metal within 1-1/2 inches of concrete surface. 2.02 REINFORCEMENT MATERIALS A. Reinforcing Steel: ASTM A615/A615M, Grade 60 (60,000 psi). 1. Type: Deformed billet-steel bars. 2. Finish: Unfinished, unless otherwise indicated. B. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage, 0.0508 inch. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 2.03 CONCRETE MATERIALS A. Cement: ASTM C150/C150M, Type I - Normal Portland type. B. Fine and Coarse Aggregates: ASTM C33/C33M. C. Fly Ash: ASTM C618, Class C or F. D. Calcined Pozzolan: ASTM C618, Class N. E. Silica Fume: ASTM C1240, proportioned in accordance with ACI 211.1. F. Water: ASTM C1602/C1602M; clean, potable, and not detrimental to concrete. 1. Use no more that 6.6 gallons of water per sack of cement. 2.04 ADMIXTURES A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. 2.05 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. 1. Replace as much Portland cement as possible with fly ash, ground granulated blast furnace slag, silica fume, or rice hull ash as is consistent with ACI recommendations. B. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended or required by manufacturer. C. Normal Weight Concrete: 1. Compressive Strength, when tested in accordance with ASTM C39/C39M at 28 days: 3,000 pounds per square inch. 2. Fly Ash Content: Maximum 15 percent of cementitious materials by weight. 3. Calcined Pozzolan Content: Maximum 10 percent of cementitious materials by weight. 4. Maximum Aggregate Size: 5/8 inch. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to support all applied loads until concrete is cured, and for easy removal without damage to concrete. Riverbend Driving Range - Phase 1 03 3000 -2 CAST-IN-PLACE CONCRETE 3.03 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS A. Comply with requirements of ACI 301. Clean reinforcement of loose rust and mill scale, and accurately position, support, and secure in place to achieve not less than minimum concrete coverage required for protection. 3.04 PLACING CONCRETE A. Place concrete in accordance with ACI 304R. B. Ensure reinforcement, inserts, and embedded parts will not be disturbed during concrete placement. 3.05 CONCRETE FINISHING A. Repair surface defects, including tie holes, immediately after removing formwork. B. Unexposed Form Finish: Rub down or chip off fins or other raised areas 1/4 inch or more in height. C. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 114 inch or more in height. Provide finish as follows: 1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other abrasive, not more than 24 hours after form removal. 3.06 CURING AND PROTECTION A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. 3.07 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Broderick Architects and Contractor within 24 hours of test. END OF SECTION Riverbend Driving Range- Phase 1 03 3000 -3 CAST-IN-PLACE CONCRETE SECTION 11 6833 ATHLETIC FIELD EQUIPMENT PART1 GENERAL 1.01 SECTION INCLUDES A. Golf Driving Range Post and Netting 1. NETServices, Tulalip WA is the sole provider and installer of the poles and netting. 2. Scope: Provision and installation of permanent Golf Barrier System: 60'- 100'Above Grade at right side of range and 100'Above Grade left side of range. All new support poles, hardware, wire, and netting; System consist of 13 new steel poles spaced 49' -60' o.c. per Drawings. 1.02 RELATED REQUIREMENTS A. Section 03 3000 - Cast-in-Place Concrete: Footings for field equipment. B. Section 31 2200 - Grading: Shaping subgrade to specified grade levels; removal of excess soil and rocks. 1.03 REFERENCE STANDARDS 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide athletic field equipment manufacturer's product data indicating materials of construction, compliance with specified standards, installation procedures, and necessary safety limitations. C. Shop Drawings: Submit detailed scale drawings showing athletic field equipment and perimeter layout. 1. Indicate locations and dimensions of footings and anchorage points. 2. Identify mounting elevations in relation to fixed survey point on site, and subgrade elevation. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Golf Course Netting and Poles: 1. NETServices , Inc.. 2.02 ATHLETIC FIELD EQUIPMENT -GENERAL A. Mount supporting posts in concrete footings, unless otherwise indicated, refer to Section 03 3000 for additional concrete footing installation requirements. B. Coordinate field grading as required for proper placement and arrangement of equipment, refer to Section 31 2200 for additional information. 2.03 MATERIALS A. Steel Pipe and Tube: 24" diameter and smaller pipe shall be dual certified API 5L x50 (65 KSI min. Yield) and ASTM 572 Grade 50. Alternate for 24" diameter and smaller pipe: Pipe shall be ASTM A252 provided that the steel certifications associated with the pipe are available and show the steel to have a minimum yield strength of 65 KSI. B. Poles: Pole length, embedment, diameter and wall thickness shall conform with the Pole and Foundation Schedule found on the Drawings. C. Flat Plates and Shapes: Shall conform to requirements of ASTM A36. D. Welding: Shall conform the Structural General Notes. E. Cable and Wire Rope: Shall be 1 x 7 extra high strength galvanized guy strand with the following minimum breaking strengths 1. 5/16 nominal diameter: 11,200 LBS. 2. 3/8" nominal diameter: 15,400 LBS. Riverbend Driving Range - Phase 1 11 6833- 1 ATHLETIC FIELD EQUIPMENT F. Netting: Shall be#18 x 1" barrier netting 100% Dupont Type 66-728 knotted nylon 191 lb per strand breaking strength. Dyed black, tarred, stabilized, and bonded for UV and weather resistance. Rope borders around entire top perimeter, horizontal center lines not to exceed 25' o.c., and vertically each pole. Made in the USA with 10 year manufacturer's warranty for defects and outdoor life expectancy. Net shall have no more than 8% equivalent solid wind drag. The attachment of the net shall be such that in weather conditions which result in heavy ice buildup on the net(and/or heavy ice buildup and strong winds), the netting construction shall release or "break away" so as to prevent any damage to the steel cables, steel poles and/or foundations. G. Wire Rope Fittings: Shall develop the break strength of the cable per the manufacturer(Crosby or equal). H. Paint: Shall be Black "STRYK 5388"anti-corrosion coating system, 3-coat process, apply 6 coats to bottom of pole. I. Concrete: As specified in Section 03 3000. END OF SECTION Riverbend Driving Range - Phase 1 11 6833 -2 ATHLETIC FIELD EQUIPMENT SECTION 31 1000 SITE CLEARING PART 1 GENERAL 1.01 SECTION INCLUDES A. Clearing and protection of vegetation. B. Removal of existing debris. 1.02 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Limitations on Contractor's use of site and premises. B. Section 01 5000 -Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. C. Section 01 7000 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain, reinstallation of removed products. D. Section 02 4100 - Demolition: Removal of built elements and utilities. E. Section 31 2200 -Grading: Fill material for filling holes, pits, and excavations generated as a result of removal operations. F. Section 32 9219-Seeding PART 2 PRODUCTS 2.01 MATERIALS A. Fill Material: As specified in Section 31 2200 - Grading PART 3 EXECUTION 3.01 SITE CLEARING A. Comply with other requirements specified in Section 01 7000. B. Minimize production of dust due to clearing operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. 3.02 EXISTING UTILITIES AND BUILT ELEMENTS A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Protect existing structures and other elements that are not to be removed. 3.03 CLEARING &GRUBBING OF VEGETATION A. Scope: Remove trees, shrubs, brush, and stumps in areas to be covered by grading activity. B. Do not remove or damage vegetation beyond the limits indicated on drawings. C. Install substantial, highly visible fences to prevent inadvertent damage to vegetation to remain: 1. At vegetation removal limits. 2. As detailed on the drawings. D. In areas where vegetation must be removed but no construction will occur other than pervious paving, remove vegetation with minimum disturbance of the subsoil. E. Vegetation Removed: Do not burn, bury, landfill, or leave on site, except as indicated. 1. Turf, Grass, Weeds, Ground Cover, Herbaceous Plant Material, &Other Small Vegetation: All such vegetation in the areas designated to be cleared shall be thoroughly stripped and removed to a depth of 2 inches from all future golf course turf areas and disposed of off-site such vegetation that can be completely incorporated into the soil may be left in place off-site. Riverbend Driving Range - Phase 1 31 1000 - 1 SITE CLEARING 2. Trees and stumps: In areas scheduled to be cleared of existing trees, all brush, stumps, branches, and roots that cannot be chipped must be removed so as to avoid the burial and rotting of such materials and subsequent settlement of fill soil in these areas. Tree stumps shall be removed to a depth of 3 feet below natural ground level. Such material must be removed from site and properly disposed of in accordance with all applicable rules and regulations. 3. After Removal of Vegetation: After removal of all vegetation, the areas cleared are to be tilled (to a depth of 6 inches) and graded until the remaining surfaces is free from ruts, hummocks or other uneven features, as well as rocks, roots, and vegetation that would tend to prevent adequate compaction of additional soil preparation. Such material must be removed from site and properly disposed of in accordance with all applicable rules and regulations. F. Restoration: If vegetation outside removal limits or within specified protective fences is damaged or destroyed due to subsequent construction operations, replace at no cost to City of Kent. 3.04 DEBRIS A. Remove debris,junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION Riverbend Driving Range - Phase 1 31 1000 -2 SITE CLEARING SECTION 31 2200 GRADING PART 1 GENERAL 1.01 SECTION INCLUDES A. Rough grading the site for driving range contours.. B. Finish grading. 1.02 RELATED REQUIREMENTS A. Section 31 1000 -Site Clearing. B. Section 32 9219 -Seeding: Finish ground cover. 1.03 PRICE AND PAYMENT PROCEDURES A. See Section 01 2200- Unit Prices, for general requirements relating to unit prices for this work. B. Sand: 1. Measurement Method: By the[ton]. C. Fill Material: 1. Measurement Method: By the square yard down to a drawing-defined elevation. 2. Includes: Supplying topsoil, stockpiling, scarifying substrate surface, placing where required, compacting, and dewatering. 1.04 SUBMITTALS A. Project Record Documents: Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. B. Compaction Density Test Reports. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with State of Washington, Highway Department standards. PART 2 PRODUCTS 2.01 MATERIALS A. Sand: Fairway Grade Topdressing Sand, T.E. Walrath, Tacoma WA. B. Fill Material -Common Borrow 1. Graded and compacted. 2. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds and foreign matter. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench mark and intended elevations for the Work are as indicated. B. Verify the absence of standing or ponding water. 3.02 PREPARATION A. Identify required lines, levels, contours, and datum. B. Stake and flag locations of known utilities. C. Locate, identify, and protect from damage above-and below-grade utilities to remain. D. Provide temporary means and methods to remove all standing or ponding water from areas prior to grading. E. Protect site features to remain, including but not limited to bench marks, survey control points, fences, sidewalks, paving, and curbs, from damage by grading equipment and vehicular traffic. 3.03 ROUGH GRADING A. Fill Soil Material Riverbend Driving Range - Phase 1 31 2200 - 1 GRADING 1. The soil of this site is to be used for filling the various areas in accordance with these Plans and Specifications. The Contractor is to familiarize himself with the existing soil in the excavation or cut areas; its location, physical characteristics, and the practicality of transporting the soil to the various areas to be filled. 2. The fill soil is to be free of large stones with a maximum of 2 inches diameter allowable within the first 6"depth and maximum of 4 inches in diameter allowable between 6 inches to 4 feet of depth. 3. When final grade is achieved, the top six inches (6") of sand shall be free of rocks greater than 1/2" in diameter in all designated turf areas. 4. Where cut areas yield material that is predominately rock or gravel greater than 4", such material shall be used as fill only in areas where it may be buried below a 4-foot depth. Under no circumstances shall such material be used any closer to the surface, excepting as may be designated by the Owner after inspection of the material and its proposed location. B. Remove subsoil from areas to be further excavated, re-landscaped, or re-graded. C. Do not remove wet subsoil, unless it is subsequently processed to obtain optimum moisture content. D. When excavating through roots, perform work by hand and cut roots with sharp axe. E. Stability: Replace damaged or displaced subsoil to same requirements as for specified fill. F. Remove and replace soils deemed unsuitable by classification and which are excessively moist due to lack surface water control. 3.04 SOIL REMOVAL AND STOCKPILING A. Stockpile topsoil to be re-used on site. B. Stockpile subsoil to be re-used on site. C. Stockpiles: Use areas designated on site; pile depth not to exceed 8 feet; protect from erosion. 3.05 COMPACTION A. After each layer has been properly placed, mixed and evenly spread, it shall be uniformly compacted. Compaction shall be 90 percent(90%) relative density of any depth below two foot (2') and 85 percent (85%) relative density for everything above two foot(2) based upon standard proctor test. B. Compacting shall be accomplished while the fill material has a moisture content allowing the necessary compaction to be obtained without causing damage to the soil structure. If adequate compaction is not attained with earth-moving equipment, then it shall be accomplished by using multiple-wheeled, pneumatic-tired rollers or equivalent rollers. 3.06 FINISH GRADING A. Before Finish Grading: 1. Verify trench backfilling have been inspected. 2. Verify subgrade has been contoured and compacted. B. Remove debris, roots, branches, stones, in excess of 1/2 inch in size. Remove soil contaminated with petroleum products. C. Where fill is to be placed, scarify surface to depth of 3 inches. D. In areas where vehicles or equipment have compacted soil, scarify surface to depth of 3 inches. E. Place sand in areas where seeding are indicated. F. Place sand where required to level finish grade. G. Place sand to nominal depth of 6 inches. H. Place sand during dry weather. I. Remove roots, weeds, rocks, and foreign material while spreading. J. Near plants spread sand manually to prevent damage. Riverbend Driving Range - Phase 1 31 2200 -2 GRADING K. Fine grade sand to eliminate uneven areas and low spots. Maintain profiles and contour of subgrade. L. Lightly compact placed sand. M. Maintain stability of topsoil during inclement weather. Replace sand in areas where surface water has eroded thickness below specifications. 3.07 REPAIR AND RESTORATION A. Existing Facilities, Utilities, and Site Features to Remain: If damaged due to this work, repair or replace to original condition. B. Trees to Remain: If damaged due to this work, trim broken branches and repair bark wounds; if root damage has occurred, obtain instructions from Broderick Architects as to remedy. C. Other Existing Vegetation to Remain: If damaged due to this work, replace with vegetation of equivalent species and size. END OF SECTION Riverbend Driving Range- Phase 1 31 2200 - 3 GRADING SECTION 31 2316.13 TRENCHING PART 1 GENERAL 1.01 SECTION INCLUDES A. Backfilling and compacting for underground sprinklers and connection to utility main connections. B. Trenching for storm water drainage system. 1.02 RELATED REQUIREMENTS A. Section 31 2200 -Grading: Site grading. 1.03 DEFINITIONS A. Finish Grade Elevations: Indicated on drawings. B. Subgrade Elevations: Indicated on drawings. 1.04 REFERENCE STANDARDS A. AASHTO T 180-Standard Specification for Moisture-Density Relations of Soils Using a 4.54-kg (10-Ib) Rammer and a 457-mm (18 in.) Drop; 2018. B. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-Ibf/ft3 (600 kN-m/m3)); 2012, with Editorial Revision (2015). C. ASTM D1557-Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN m/m3)); 2012, with Editorial Revision (2015). PART 2 PRODUCTS 2.01 FILL MATERIALS A. Drain Rock: 1. The drain rock to be used for backfilling shall be washed pea gravel from approximately one-quarter inch (1/4")to three-eighths inch (3/8") diameter. It shall be hard, sound rock which will not disintegrate under action of weather or moisture. Drain rock must be free from silt, sand, loam, or other objectionable materials, and foreign debris. B. Drain Pipe: 1. Drain Pipe shall be perforated and non-perforated with suitable couplings; helically corrugated polyethylene, continuous tubing, manufactured by Advanced Drainage Systems, Inc. (ADS) or Hancor, Inc. (Turf Flow). Drain pipe shall be 4 inches (4") in diameter unless otherwise indicated. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey bench marks and intended elevations for the work are as indicated. 3.02 TRENCHING A. Notify Broderick Architects of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. B. Slope banks of excavations deeper than 4 feet to angle of repose or less until shored. C. Do not interfere with 45 degree bearing splay of foundations. D. Cut trenches wide enough to allow inspection of installed utilities. E. Hand trim excavations. Remove loose matter. F. Remove excavated material that is unsuitable for re-use from site. G. Remove excess excavated material from site. H. Provide temporary means and methods, as required, to remove all water from trenching until directed by the Broderick Architects. Remove and replace soils deemed unsuitable by Riverbend Driving Range- Phase 1 31 2316.13 - 1 TRENCHING classification and which are excessively moist due to lack of dewatering or surface water control. I. Determine the prevailing groundwater level prior to trenching. If the proposed trench extends less than 1 foot into the prevailing groundwater, control groundwater intrusion with perimeter drains routed to sump pumps, or as directed by the Broderick Architects. 3.03 PREPARATION FOR UTILITY PLACEMENT A. Cut out soft areas of subgrade not capable of compaction in place. Backfill with general fill. B. Compact subgrade to density equal to or greater than requirements for subsequent fill material. C. Until ready to backfill, maintain excavations and prevent loose soil from falling into excavation. 3.04 BACKFILLING A. Drain Pipe: 1. The bedding material shall be placed in the trench and tamped into the area under and around the pipe to a density sufficient to prevent settling. Each length of drainpipe shall rest upon the bed of drain rock or other material for the full length of its barrel. Any drainpipe, which has had its grade or joints, disturbed after laying, shall be taken up and re-laid properly. The lower or outlet end of the pipe shall terminate as shown on the applicable detail drawing. 2. All drainage pipe shall be laid in and backfilled with drain rock or other material per applicable drawing. Installation of drainpipe alignment and connections shall be done in accordance with the manufacturer's specifications. Gradient shall conform to a minimum 1 percent(1%)fall. B. Backfill: 1. Cover portions of pipe necessary to prevent movement or damage. Add backfill inaterial in 4 inch (4") layers and hand tamp to achieve a density similar to adjacent soil. After 12 inches (12") of hand-tamped soil is in place over the pipe fitting, backfilling can be continued in 6 inch (6") layers using light machinery to place dirt in the trenches and to compact the dirt to conform to a density of 85 percent(85%) of maximum or sufficient to avoid any future settling. C. Backfill to contours and elevations indicated using unfrozen materials. D. Employ a placement method that does not disturb or damage other work. E. Systematically fill to allow maximum time for natural settlement. Do not fill over porous, wet, frozen or spongy subgrade surfaces. F. Maintain optimum moisture content of fill materials to attain required compaction density. G. Slope grade away from building minimum 2 inches in 10 feet, unless noted otherwise. Make gradual grade changes. Blend slope into level areas. H. Correct areas that are over-excavated. 1. Other areas: Use general fill, flush to required elevation, compacted to minimum 97 percent of maximum dry density. I. Compaction Density Unless Otherwise Specified or Indicated: 1. Under paving, slabs-on-grade, and similar construction: 97 percent of maximum dry density. J. Reshape and re-compact fills subjected to vehicular traffic. 3.05 BEDDING AND FILL AT SPECIFIC LOCATIONS A. Utility Piping and Sprinkler Piping: 1. Bedding: Use granular fill. 2. Cover with general fill. 3. Fill up to subgrade elevation. 4. Compact in maximum 8 inch lifts to 95 percent of maximum dry density. B. At French Drains: Riverbend Driving Range - Phase 1 31 2316.13 -2 TRENCHING 1. Use granular fill. 2. Compact to 95 percent of maximum dry density. 3.06 FIELD QUALITY CONTROL A. See Section 01 4000-Quality Requirements, for general requirements for field inspection and testing. B. Evaluate results in relation to compaction curve determined by testing uncompacted material in accordance with ASTM D1557 ("modified Proctor"), AASHTO T 180, or ASTM D698 ("standard Proctor"). C. If tests indicate work does not meet specified requirements, remove work, replace and retest. END OF SECTION Riverbend Driving Range- Phase 1 31 2316.13 -3 TRENCHING SECTION 32 8423 UNDERGROUND SPRINKLERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Pipe and fittings, valves, sprinkler heads, emitters, bubblers, and accessories. B. Control system. C. No alterations or modifications to the construction drawings or specifications shall be made without prior written approval from Owner. D. Owner will, when requested; provide interpretation, clarification, or further guidance to Contractor for any portion of the specifications or construction drawings. E. Contractor shall notify Owner immediately upon discovery of conflicts and omissions on construction drawings and specifications. Unless otherwise directed, Contractor shall not perform work known to involve conflict or omission prior to resolution of such conflict or omission. 1.02 RELATED REQUIREMENTS A. Section 31 2316.13 -Trenching: Excavating and backfilling for irrigation piping. 1.03 PRICE AND PAYMENT PROCEDURES A. See Section 01 2200 - Unit Prices, for additional unit price requirements. B. Piping and Sprinkler Heads: 1. Basis of Measurement: By the linear foot. 1.04 REFERENCE STANDARDS 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate the work with site backfilling, landscape grading and delivery of plant life. B. Preinstallation Meeting: Convene one week prior to commencing work of this Section. 1.06 PRODUCTS AND SUBSTITUTIONS A. Substitution Requests 1. Materials installed shall be as described in the construction drawings and specifications. In general, wherever a trade or manufacturer's name is provided, the words "or approved equal"are implied. Because of the unique inter-relationship of all system parts, no substitutions shall be made without the EXPRESS WRITTEN APPROVAL OF THE OWNER OR IRRIGATION CONSULTANT. The Owner has final authority to determine the merits of"approved equal" products. 2. Condition All materials installed shall be new and without flaws or defects. 1.07 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide component and control system and wiring diagrams. C. Shop Drawings: Indicate piping layout to water source, location of sleeves under pavement, location and coverage of sprinkler heads, components, plant and landscaping features, site structures, schedule of fittings to be used. D. Samples: Provide one outlet of each type, with housing. Accepted samples may be used in the Work. E. Certificate: Certify that products of this section approved by authority having jurisdiction. F. Operation and Maintenance Data: 1. Provide instructions for operation and maintenance of system and controls, seasonal activation and shutdown, and manufacturer's parts catalog. Riverbend Driving Range - Phase 1 32 8423- 1 UNDERGROUND SPRINKLERS 2. Provide schedule indicating length of time each valve is required to be open to provide a determined amount of water. G. Record Documents: Record actual locations of all concealed components piping system. 1. Upon completion of the project(unless noted otherwise), Contractor shall turn over to the Owner and Irrigation Consultant clean, and completely legible, AutoCAD irrigation and pumping system "as-built"drawings, for each of the following: a. MECHANICAL PLAN. One(1) irrigation-system mechanical plan drawing showing as-built locations for mainlines, laterals, sprinklers, valves, mainline drain pipe, etc. Show locations where tracer wire is installed with piping b. MECHANICAL DIMENSION PLAN. One (1) irrigation system mechanical dimension plan drawing showing as-built locations for all new valve boxes, including quick coupling valves (quick coupling valves are typically located 1-0" maximum from sprinkler). Show dimensions from sprinklers, two(2) minimum, to each mainline gate valve, manual lateral valve, air/vacuum release-valve, etc. Contractor shall record dimensions on drawings from field collected measurements for each valve or valve cluster. Provide dimensions such that accurate triangulation made be utilized to locate valve component. c. 24-VOLT STATIONING PLAN. One (1) irrigation system 24-Volt stationing plan drawing showing as-built locations for splice boxes, dimensioned to two (2) different sprinkler head locations unless box is directly adjacent to sprinkler head. Include as-built locations of all direct burial 24V wiring where this wiring is not in piping trench. Show 24V wiring locations where wiring is not installed parallel with piping. H. Clarity 1. Contractor's as-built documents submitted to the Irrigation Consultant shall be: a. (1) COLOR CODED. Lead pencil is not permitted. Use different colored pens to distinguish wiring from piping and be consistent with color symbology. Dimension lines and numbers shall be different color of pen from all other symbology. b. CONSISTENT SYMBOLOGY. As-built symbols shall match original drawing symbols. c. COMPLETE AND LEGIBLE. Clear and legible to prevent misinterpretation during drafting of final AutoCAD as-built drawings by Owner. I. Maintenance Materials: Provide the following for City of Kent's use in maintenance of project. 1. See Section 01 6000 - Product Requirements, for additional provisions. 2. Extra Sprinkler Heads: One of each type and size. 3. Extra Valve Keys for Manual Valves: One. 4. Extra Valve Box Keys: One. 5. Extra Valve Marker Keys: One. 6. Wrenches: One for each type head core and for removing and installing each type head. 1.08 LAYOUT OF WORK A. Sprinkler Head Layout must be approved by the owner. B. Mainline and Lateral Piping Layout; locations of mainlines, laterals, and quick coupling valves require approval of Owner On-Site Representative prior to installation. Contractor shall walk site with Owner On-Site Representative to determine locations of new irrigation trenches and quick coupling valves. 1.09 EXISTING UNDERGROUND DRAIN LINES A. Any new drain lines planned for installation as part of this contract shall be coordinated with irrigation construction. Existing drain lines are to be retained in place. Where possible, Owner Representative will assist in the marking or locating of existing drain lines to be retained and provide any other available information prior to construction. B. Contractor Liability. Contractor is responsible for repair of damaged drain line shown on drawings or previously located and identified in the field by Owner Representatives prior to construction. Riverbend Driving Range- Phase 1 32 8423 -2 UNDERGROUND SPRINKLERS C. Marking Drain Lines Damaged by Contractor. Contractor is responsible for marking the locations of all existing underground drain lines damaged by Contractor trenching operations. Contractor shall mark all known locations of drain lines damaged by Contractor with specified sprinkler staking flags. Contractor shall notify Owner On-Site Representative immediately of known drain lines damaged by Contractor and then Contractor shall repair drain line in a timely manner. D. Owner Liability. Owner is responsible for repair of Contractor-damaged existing drain lines not located and identified in the field by Owner Representative prior to irrigation construction. E. Drain Line Repair. Where Owner is responsible for the repair of existing drain lines damaged by Contractor, Owner shall repair drain line prior to backfill and restoration of irrigation trench by Contractor. If drain line repair is not completed before Contractor begins backfilling the irrigation trench, Contractor shall leave trench open around drain line and proceed with the completion of all other backfill and restoration work. Owner shall then be responsible for completing remaining backfill and restoration work around each drain line affected. F. Minimum Clearance: Where possible, maintain minimum 3 feet clearance between existing drainage lines and new irrigation lines, except at designed crossing points. 1.10 WARRANTY A. All work included under this contract, including all material and products installed, shall be warranted by Contractor against all defects and malfunctions of material and workmanship from date of installation until one (1)year after the date of Final Acceptance. Should problems arise with the system during the warranty period, Contractor shall make all necessary repairs and/or replacements in an expedient manner at no cost to Owner. Owner retains the right to make emergency repairs without relieving Contractor of Contractor's obligation to Owner. In the event that Contractor does not respond to Owner's request for repair work under this Warranty, within a period of twenty-four(24) hours from the time of notification, Owner may make such repairs or replacements as Owner deems necessary at the full expense of Contractor. B. Toro sprinklers and other manufactured products may include additional manufacturer warranties. 1.11 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of documented experience. B. Installer Qualifications: Company specializing in performing the work of this section with minimum 5 years of experience. PART 2 PRODUCTS 2.01 IRRIGATION SYSTEM A. Basis of Design Manufacturer: 1. Toro Company: www.toro.com/#sle. a. See drawings for product specifications and installation details. 2. Substitutions: See Section 01 6000 - Product Requirements. 2.02 PIPE MATERIALS A. Provide PVC pipe and fittings where shown on drawings. All pipe shall be provided as white or blue polyvinyl chloride pipe (PVC) pipe, semi-rigid, with classification as shown below. Each length of pipe shall bear markings identifying the following: Manufacturer name, class of pipe, type and grade, NSF seal and shall include an identifying number showing the month, year, and day as well as the shift extrusion. Pipe will be smooth finish inside and outside and shall show no evidence of scratches, grooves, blisters, extrusion marks, storage or shipping damage marks. Pipe may be bell-end or plain end with couplings. . All pipe 3-inch diameter and smaller shall be solvent welded. Solvent weld pipe shall be bell-end with one bell-end per 20-foot (6m) pipe length. Riverbend Driving Range- Phase 1 32 8423 - 3 UNDERGROUND SPRINKLERS B. Class 200 Pipe: All PVC irrigation mainline and lateral pipe shown on drawings shall be provided as polyvinyl chloride (PVC) pipe, semi-rigid, Class 200, Type I, 1120, SDR 21. Pipe shall conform to U.S. Product Standard PS22-70, NSF, ASTM D2241-89 SDR pipe design, ASTM D1784-90 material and cell class 12454B, D3139-89 and D2672-89 (or most current version). 2.03 PVC FITTINGS FOR PVC PIPE: A. PVC fittings shall be limited to pipe 3-inch and smaller. All PVC fittings shall conform to ASTM D1784 material and PVC Type 1, cell class 12454-B. All threaded fittings shall conform to ASTM D2464 and socket type fittings to ASTM D2466 (Schedule 40) and ASTM 2467 (Schedule 80). B. Schedule 40 Fittings: All PVC fittings other than the fittings on lateral isolation valve and automatic valve, shall be minimum of heavy wall, Schedule 40-rated (full size), socket type and shall be of the same basic material as the PVC pipe: Lasco, Spears or approved equal. C. Schedule 80 Fittings: All PVC fittings for lateral isolation and automatic valve assemblies shall be Schedule 80 PVC: Lasco, Spears or approved equal (same for any other special riser). D. Threaded Fitting Sealant. Provide 1/2-inch wide, polytetrafluoroethylene (PTFE) Teflon tape. E. PVC Solvent Weld. PVC solvent compounds shall be IPS"Weld-On" P-70 purple primer conforming to ASTM F656 and "Weld-On" P-711 heavy-bodied gray cement or P-721 medium body blue cement or P-705 medium body gray cement conforming to ASTM D2564-90 for PVC or approved equal. All cements and primer provided for this project shall have a visible color and use of cement without color(or clear) is not permitted. Contractor shall only use the fittings, cement and thinner recommended by the manufacturer of the PVC pipe and NONE OTHER. The Contractor shall submit written evidence of this approval, if requested by Irrigation Consultant. Provide cement and primer in wide mouth cans cans with applicator sized a minimum of one-half(1/2) diameter of fitting or pipe. F. Swing Joints. Triple swing joints for rotors shall be pressure rated at 315-psi minimum (tested in accordance with ASTM D3139) and shall be as follows: 1. 1-INCH DIAMETER. All triple swing joints for Toro 474-01 quick coupling valves on lateral piping shall be Lasco Unitized Swing Joints G122-412 (1-inch) or approved equal (1-inch short spigot inlet and 1-inch MIPT Triple Top-Out outlet), pre-fabricated with 12-inch lay length. G. Tapped Connections: Holes drilled into PVC mainline pipe shall be bored with a drill that removes all of the plug. 2.04 RISER FITTINGS FOR LATERAL VALVE ASSEMBLIES A. Schedule 80 Male Adapter Fittings. Male adapter fittings for the valve assembly between the lateral isolation valve and solvent weld lateral pipe shall be 2-inch, MIPT x slip, Schedule 80 PVC: Lasco, Spears or approved equal (same for any other special riser). B. Threaded Fitting Sealant. Provide 1/2-inch wide, polytetrafluoroethylene (PTFE)Teflon tape or thread sealant approved by Lateral 90' manufacturer. 2.05 SPRINKLER HEADS A. TORO SPRINKLERS. Toro T7 Series Rotor Fully Adjustable with Stainless Steel Riser, Model Number T7PSS-02. 1. Model: Toro T7PSS-02 2. Base Pressure: 60 psi 3. Diameter of Throw: 53.3 feet 4. Flow Rate: 12.7 gpm B. TORO SPRINKLER INLET. Shall be 1-inch threaded inlet for T7PSS-02 series sprinkler connected to a 1-inch swing joint. Riverbend Driving Range - Phase 1 32 8423 -4 UNDERGROUND SPRINKLERS 2.06 QUICK COUPLING VALVES A. All Toro quick coupling valves shall be single piece quick coupling valves, 1-inch NPT female threaded- inlet, Vinyl cover, Toro Model 474-41. Provide four(4) coupler keys, Toro Model 464-03. 1. ANTI-ROTATION DEVICE. Each quick coupling valve shall be install with a Toro Quick Coupler Anti-rotation Device. 2.07 VALVE BOXES A. All irrigation system plastic valve box lids shall be green, lid marked "Irrigation Control Valve". 2.08 MAINLINE ISOLATION, LATERAK ISOLATION AND PIPE END MARKERS A. Valve boxes for mainline isolation gate valves, lateral isolation gate valves, and gate valves, and pipe end-cap or crossing markers, shall be 10-inch round plastic valve box; Carson 910-10-BBOX black HDPE box(10" IDx10-1/4" high)with 910-LID4G1 green HDPE bolt-down capable T-Cover, Armor 181014 black SUPERFLEXON box (9-3/4"0Dx10" high)with 184001 green SUPERFLEXON bolt-down capable T-Top, or approved equal. All mainline isolation, mainline drain, lateral isolation valves shall have a 6-inch diameter PVC sleeve. 2.09 QUICK COUPLING VALVES A. Valve boxes for quick coupling valves shall be 6-inch round plastic, Armor"Econo" 182101 black SUPERFLEXON box (6-1/4" ODx9-1/16" high)with 182002 green SUPERFLEXON T-Top, or approved equal. PART 3 EXECUTION 3.01 EXAMINATION A. Verify location of existing utilities. B. Verify that required utilities are available, in proper location, and ready for use. 3.02 TIME FOR COMPLETION A. Owner shall determine time for completion requirements for the golf course irrigation system work in conjunction with golf course modification project stated elsewhere in project specifications. B. Contractor shall secure critical materials necessary to proceed with the work as of the Notice to Proceed. C. Weather Stoppage. Contractor shall perform all work in a punctual, direct, and expedient manner; however, Contractor shall not work when soil surface is unstable, saturated or frozen. The installation of solvent weld piping requires temperatures above 40 degrees Fahrenheit(22 degrees Centigrade), otherwise solvent welding of'PVC may be inadequate. The installation of trenches requires stable, non-saturated soil conditions otherwise the new irrigation trenches may settle due to inadequate compaction. Owner shall have the right to direct the Contractor to stop work when the Owner believes weather and soil conditions do not support Contractor's activities, without threatening the integrity of the irrigation system. In the event that the weather becomes a factor during the construction time, Owner Representative will duly record each day considered to be of such a nature to prevent Contractor from reasonably pursuing the project and will add such time to the original contract time. 3.03 PREPARATION A. Piping layout indicated is diagrammatic only. Route piping to avoid plants, ground cover, and structures. B. Layout and stake locations of system components. C. Review layout requirements with other affected work. Coordinate locations of sleeves under paving to accommodate system. Riverbend Driving Range- Phase 1 32 8423 - 5 UNDERGROUND SPRINKLERS 3.04 SOLVENT WELD PVC A. All solvent weld plastic pipe and fittings shall follow manufacturer's installation instructions at all times. Great care shall be taken to ensure that the inside of the pipe is absolutely clean. Any pipe ends not being worked must be protected and not left open. Water, dirt, and other foreign matter shall not be allowed to enter piping; temporarily plug ends in trenches when required. Cleaning of cutting burrs is mandatory. Where necessary to deflect pipe from straight line, either vertically or horizontally, amount of allowable deflection shall not exceed recommendations of manufacturer for that required for satisfactory jointing. All stored piping materia shall be covered and adequately protected from sunlight per manufacturer recommendations. B. Procedure. Owner On-Site Representative has sole authority to approve when the Contractor can conduct solvent welding of pipe and fittings. Solvent welding shall not be conducted when temperatures are at or below manufacturer's recommended minimum temperatures. For the specified solvent welding primer and cement, manufacturer recommends that solvent welding of pipe and fittings shall not be conducted when temperatures are at or below 40' F. Also, solvent welding shall not be conducted when moisture or condensation conditions do-not permit dry surfaces to be prepared. Solvent weld pipe ends shall be cut at 90 degrees to the pipe length with abrasive saw or special pipe cutter and, prior to cementing, all cutting burrs shall be removed by a special reaming tool or file. Pipe shall not be joined until the exterior of the pipe and the interior of the fitting have been thoroughly cleaned by a light wiping .viiitl-1 approved Fv"C C. Prospective joints shall be completely free from any moisture or condensation. A light application of approved cement shall be first applied to the inside of the fitting followed by a slightly heavier application to the exterior of the pipe (no further back from the end of the pipe than the fitting would slip). Application of cement on the interior of the fittings shall be quantified to ensure no cement shall be pushed into the flow stream of the pipe. The pipe shall be inserted into the fitting, given a one-eighth (1/8th) turn to distribute the solvent cement, held in place for minimum of ten seconds and the excess cement on the exterior of the pipe wiped clean. Follow manufacturer's instructions at all times. Contractor shall insure that recently cemented joints are not disturbed until cement has set and a uniform, watertight seal is assured. Allow adequate set-up time and joint cure time(per pipe/fitting/solvent manufacturer recommendations) for all cemented PVC pipe and fittings prior to installing the pipe in trenches and/or pressurizing applicable portions of the system. Cement that becomes unduly thick or heavy shall not be thinned and re-used -CONTRACTOR SHALL PROPERLY DISPOSE OF SAME. D. Cure. Solvent weld joints shall be given at least 15 minutes set-up time before moving or handling. No water shall be permitted in the pipe until a period of at least 10 hours has elapsed for solvent weld set and cure. Backfilling shall be done when the pipe is not in an expanded condition due to heat or pressure. 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 TRENCHING EXCAVATION A. Excavate by trenching all irrigation pipe that is 4-inches and larger diameter. 2-inch lateral piping shall be trenched unless where otherwise directed by Owner. B. TRENCH LOCATION. At least two (2) days in advance of construction in a given area, Contractor shall walk site with Owner Representative to determine locations of new irrigation trenches. Once Owner has approved trench location in a given area, Contractor shall mark the locations with Owner-approved paint. Contractor's marking of irrigation routes in advance is required to provide adequate time to locate installed utilities (including golf course drain lines) or coordinate location of new utilities that may interfere with or be damaged by scheduled irrigation work. Where location of new irrigation piping conflicts with golf course drain lines, drain lines shall take priority and shall not be re-located. Where possible, new irrigation mainline shall be installed with a minimum of 4-inches clearance below the existing drain line. Owner will consider the installation of new Irrigation lines above drain lines when maintaining the minimum specified Riverbend Driving Range - Phase 1 32 8423 -6 UNDERGROUND SPRINKLERS cover over irrigation lines is possible. Owner Representative shall provide direction to Contractor as to placement of irrigation piping (above or below drain lines). In any case, where irrigation piping is required to pass beneath or over the drain line, ensure that piping is vertically separated by a minimum of 4-inches. C. TRENCH SIZE. All pipe shall be installed in trenches sufficiently wide to permit tamping tools for backfilling alongside both sides of the pipe; however in no case shall trench exceed the width necessary to satisfy this requirement, without prior approval of Owner On-Site Representative. The pipe shall be laid on stable soil with trench bottom evenly graded. Ledge rock, boulders, large stones and cobbles 3/4-inches or larger in diameter shall be removed (or add sand bedding protection) 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-inch minimum horizontal separation and 6-inch minimum vertical separation between pipes while maintaining specified minimum cover over piping. D. TRENCH SPOILS. Contractor shall not allow excavated trench spoils that are temporarily resting above grade to dry out and create a dust hazard. Contractor shall keep trench spoils adequately moist while they remain above grade. Excavated soils not used for backfill material shall be collected, transported and disposed at an on-site disposal areas approved by Owner Representative. This requirement applies to all excavated soils not used for backfill material for pipe and wire trenches. 3.06 BACKFILLING A. Owner On-Site Representative requires a visual inspection and approval of open trench prior to backfilling. Excavations remaining from the removal of large rocks shall be refilled and compacted with Owner-provided material. Backfill when PVC pipe is not in an expanded condition due to heat or pressure. Contractor shall obtain approval from Owner On-Site Representative for the first pipe trench compacting effort. Owner On-Site Representative shall periodically observe trench compacting efforts thereafter. Contractor shall make every effort to minimize the length of time between trenching and completing the backfill of trenches and to control dust per Section SP, Special Provisions. B. COVER: 1. Mainline. Mainline pipe shall have a minimum cover of 24-inches and a maximum cover of 30-inches. 2. Sprinkler Lateral Pipe. Sprinkler lateral pipe shall have a minimum cover of 16-inches and a maximum cover of 20-inches. C. MATERIAL: Trenched pipe and wire shall be bedded and backfilled with native trench spoils except where available soils are unsuitable for bedding and backfill rootzone. Bedding and backfill material shall be inspected and approved by Owner Representative prior to placement. Bedding and backfill material shall be free from any roots, wood, sod, or any type of vegetative or organic material. All roots, rocks, and surplus spoils shall be hauled to on-site disposal area(s) designated by Owner Representative. Contractor shall not bed or backfill with material determined to be of excessive moisture content or inadequate moisture content. 1. Pipe &Wire Bedding Layer. Spread initial backfill smoothly so pipe or wire is supported uniformly. Bedding material shall be placed a minimum of 4-inches above, below, and on sides of pipe/wire. Unsuitable soils for bedding around pipe and wire are soils with a high content of gravel or soils containing stones larger than 2-inch diameter. Where available on-site soils are determined to be unsuitable for bedding by Owner Representative, then the Contractor shall backfill with Owner-provided bedding material and shall be compensated per Unit Price. WHERE SUFFICIENT ON-SITE BEDDING MATERIAL IS NOT AVAILABLE FOR BACKFILLING OVER AND UNDER PIPING A MINIMUM OF 4-INCHES, THE PIPE SHALL BE BEDDED WITH NO LESS THAN 4-INCHES OF CONTRACTOR-PROVIDED IMPORTED MATERIAL OVER, UNDER, AND ON SIDES OF PIPES (see Unit Price). Riverbend Driving Range - Phase 1 32 8423 -7 UNDERGROUND SPRINKLERS 2. Intermediate Backfill Layer. Any material excavated that is considered suitable for filling trench between pipe/wire bedding and root zone soil shall then be placed over bedding material, compacted to a level that ensures root zone soil can be backfilled to top of remaining trench. Soil with limited gravel or stone content is considered suitable for use in this backfill layer. 3. Backfill Root Zone. Contractor shall select best available on-site soil material for installation in top six-inches of trench (root zone)to accommodate future rooting zone. Contractor shall remove rocks greater than %-inches and other debris. If available rootzone soil is excessively rocky, gravelly or has high clay content, and not enough suitable material is available for installation in the top six-inches, then the Owner Representative may direct the Contractor to install Owner-provided imported rootzone material and the Contractor shall be compensated per Unit Price. D. COMPACTION. Backfilling of initial bedding material around mainlines or other trenched piping shall be accomplished in maximum lifts of 4-inches. Compact each lift to ninety percent (90%) density at optimum moisture content. Backfill 4-inches (100mm) over pipe, compacting alongside and under the pipe, with appropriate mechanical compactors. Additional lifts shall be 6-inches maximum and compacted to ninety percent(90%) (ASTM 698 or local equivalent) density at optimum moisture content with appropriate mechanical compactors. Backfill procedures shall insure that the trench shall show no future settlement. Excess trench spoils remaining after completion of specified backfill and compaction efforts, shall be cleaned up and deposited at on-site disposal area unless otherwise approved by Owner Representative. Contractor shall obtain approval from Owner's On-Site Representative for the first trench compacting effort. The Contractor shall repair any settling of backfilled trenches that may occur during the warranty period. 3.07 SPRINKLER INSTALLATION A. FLUSHING. Sprinklers shall not be installed until all mainlines and lateral lines have been thoroughly flushed. Lateral lines shall be flushed through the end of 2-inch pipe furthest from isolation valve and water may be discharged over soil surfaces in limited amounts. In any case, flushing shall be accomplished in such a manner as to insure adequate pressure and water velocity at any location being flushed. If it is determined by Owner On-Site Representative that any portion of new system has significant contamination related to construction, Contractor may be required to flush the affected mains with high volume flushing through a discharge point other than a drain or pond-fill line. Contractor shall install temporary flushing valves and piping, if required to meet the aforementioned corrective measure. 1. B. SWING JOINTS. The pre-fabricated swing joints shall be snug and free from leaks. ACME connections shall be installed per manufacturers recommendations (no tape required). 1. Plastic Nipple Pipe Thread (NPT) Connections. Where applicable, plastic threaded nipples connecting to the sprinkler shall be wrapped with a minimum of two (2) complete wraps of one-half inch (1/2")width minimum "Teflon"type tape or thread sealant prior to insertion into the joint. Threaded joints between sprinkler and swing joint evidencing leaking shall be removed, re-taped or re-sealed, and reinstalled. 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. In the event that a nipple has been removed from a sprinkler, the joint shall be re-wrapped with new tape prior to re-installation. 2. Orientation. It is intended that the swing joint will be installed in such a manner as to allow Owner to periodically raise the sprinkler head without the need to excavate the entire swing joint. Contractor shall install outlet elbow perpendicular to finish grade. All other Triple Top-Out elbows shall be installed parallel to finish grade to allow future vertical adjustment (two-inch minimum) of sprinkler head using Triple Top-Out portion only. Adhere to specified depth of lateral pipe cover at all swing joint locations in order to accommodate maximum 45-degree angle setting of lay length nipple (see detail). Contractor to obtain Owner On-Site Representative approval of swing joint orientation prior to initial backfill. Riverbend Driving Range- Phase 1 32 8423 -8 UNDERGROUND SPRINKLERS C. BACKFILL, COMPACTION & SETTING OF SPRINKLER HEADS. Sprinkler heads will be installed in newly graded bare sand surfaces as follows: 1. Backfill and Compaction. Contractor shall select best available on-site native soil material for installation under and on sides of sprinkler at optimum moisture content. Contractor shall remove rocks greater than 1/2-inch and other debris. If available soil is excessively rocky, gravelly or has high clay content, and not enough suitable material is available for installation in the top three inches, then the Owner Representative may direct the Contractor to install Contractor-provided imported rootzone material and the Contractor shall be compensated per Unit Price. Contractor shall obtain approval from Owner Representative for the first sprinkler backfill and compacting effort prior to proceeding with further construction. 2. Setting in Bare Sand Areas. Sprinklers shall be set flush to finish grade unless otherwise directed by Owner Representative. 3. Protecting Sprinklers Installed in Bare Sand Areas. Immediately upon completion of sprinkler installation, Contractor shall mark sprinkler heads with an irrigation flag or other equivalent marking methods proposed by Contractor may be considered for approval. The markers in bare sand locations shall be removed at the commencement of turf grow-in. This special marking is required to help avoid inadvertent damage from construction traffic prior to grow-in irrigation. D. PART-CIRCLE SPRINKER ARC ADJUSTMENT. Contractor shall adjust arc on all part-circle sprinkler heads to Owner Representative's satisfaction. 3.08 INSTALLATION OF VALVES A. QUICK COUPLING VALVES. Plastic threaded nipples connecting to the quick coupling valve shall be wrapped with a minimum of two (2) complete wraps of one-half inch (1/2")width minimum "Teflon"type tape prior to insertion into the joint. Threaded joints between quick coupling valve and swing joint evidencing leaking shall be removed, re-taped, and reinstalled. 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. In the event that a nipple has been removed from a quick coupling valve, the joint shall be re-wrapped with new tape prior to re-installation. All quick coupling valves shall be installed with Toro swing joints and valve boxes per detail and Owner's direction. Owner Representative shall approve all Quick Coupling Valve(QCV) locations prior to construction. Install the Toro anti-rotation device on the valve. Surrounding grade shall be carefully and completely compacted. Backfill and set to grade in manner similar to sprinkler heads. B. MAINLINE ISOLATION VALVES. All mainline isolation valves shall be installed per drawings. C. LATERAL ISOLATION VALVES. All lateral isolation valves shall be installed per drawings. D. D. NIPPLE PIPE THREAD (NPT) CONNECTIONS. Threaded nipples connecting to the other valve assemblies or other NPT joint shall be wrapped with a minimum of two (2) complete wraps of one-half inch (112")width minimum "Teflon"type tape prior to insertion into the joint. Any threaded joint evidencing leaking shall be removed, re-taped and reinstalled. Where leaking exists on a threaded joint, the faulty joint shall be removed and not re-used elsewhere on the project. In the event that a nipple has been removed from a NPT joint, the joint shall be re-wrapped with new tape prior to re-installation. 3.09 INSTALLATION OF VALVE BOXES A. Valve boxes and vaults shall be set on compacted soil base per Owner On-Site Representative approval. Valve box shall be installed around quick coupling valve and anti-rotation device and set to grade per Owner approval. Set valve boxes flush with finish grade such that a roller-type mower may pass over without interference. Set plumb. Install pipe sleeve for gate valves to about 2-inches above the bottom of valve box. Valve box archway or knock-out shall not rest on piping. Install valve box extensions where required. If construction debris washes into any valve box prior to project completion, Contractor shall clean out debris sufficiently to eliminate any interference to valve operation. Where wiring and wiring splices are installed at lateral isolation valve boxes, sleeve shall be installed over valve with wiring installed on the exterior side of Riverbend Driving Range - Phase 1 32 8423 - 9 UNDERGROUND SPRINKLERS sleeve (see irrigation electrical specifications). Record location of all valve boxes, on as-built drawings, by providing dimensions from a minimum of two(2) adjacent sprinkler heads to each valve box. 3.10 APPROVAL OF OWNER REPRESENTATIVE A. Owner On-Site Representative shall approve all pipe installation, sprinkler head, and valve box installation, completed prior to backfilling of trenches. 3.11 FINAL MECHANICAL TEST A. After completion of mechanical system installation and thorough testing of all components of the system, Contractor shall call for a final mechanical test. Owner On-Site Representative shall be present during these tests. Contractor is expected to have tested all components of the system thoroughly prior to calling for a final mechanical test. Owner Representative will observe performance of all sprinklers for proper rotation and operation. Contractor personnel shall manually operate the sprinklers for Owner On-Site Representative observation. Isolation valves shall be checked for closure in presence of Owner On-Site Representative. 3.12 FINAL PIPE TEST A. Contractor shall furnish all materials and labor for the test and any re-testing. The Contractor shall notify the Owner On-Site Representative at least 48 hours prior to the test so an Owner Representative may witness the test. Conduct irrigation or potable water system (if unanticipated repairs need to be made to potable water system) pressure testing as follows: 1. STANDARD TEST. After the irrigation system is completed the Contractor shall operate the new system and each piping segment will be checked visually for leaks. Tests shall not, however, be conducted when systems are not charged because temperatures are at, or near, freezing. For uncharged systems, all air shall be vented from the system, sprinklers temporarily operated (if applicable), and the piping then subject to the designed operating pressure for sufficient time to determine the presence of leaks. Initial leak tests shall be conducted in the presence of Owner On-Site Representative. The Contractor is responsible for daily monitoring of all pressurized segments of the new system during construction. Any leaks or defects that may develop shall be repaired. Any major break in any segment of the systems will require complete repair, blow-out of debris, and repeated piping tests. Major breaks, which introduce debris/sand/gravel into the system, shall require the Contractor to flush the affected mains with high volume flushing through a discharge point other than sprinkler laterals and risers. Contractor shall install temporary flushing valves and piping, if required, to blow-out debris/sand/gravel resulting from a major break. 3.13 SYSTEM PROTECTION A. Protect all work, material and equipment from loss or damage until final acceptance. Any such piping, equipment or apparatus damaged prior to final acceptance of the work shall be restored to its original condition or replaced at no cost to the Owner. The Contractor is responsible for protecting newly installed portions of the irrigation system from freezing damage during installation or construction. 3.14 UNDERGROUND SPRINKLER ELECTRICAL A. UNDERGROUND ELECTRICAL WIRE. All electrical wire for direct burial shall be OF (Underground Feeder), insulated with PVC flame retardant, moisture resistant, fungus resistant and corrosive resistant material suitable for direct burial in the earth conforming to UL Standards 493 and 83. The wire between the controller and the isolation valves shall be#14 AWG. The Contractor shall order wire in adequate size reels, no short coils will be allowed. B. WIRE COLOR. Wire color outer jacket shall be as follows: 1. 24V Hot Isolation Valve Control Wire Red outer jacket 2. 24V Common Isolation Valve Control Wire White outer jacket 3. 24V Spare Isolation Control Wire Orange outer jacket 4. Tracer Wire Blue outer jacket Riverbend Driving Range - Phase 1 32 8423 - 10 UNDERGROUND SPRINKLERS 3.15 SPLICE AND APLICE BOXES A. In all cases, direct burial splices shall be held to a minimum. Splices below grade shall be made with compression type connectors, be taped and made watertight with the following splice kit: Splices for the 24V control wire (to VIH sprinklers), shall be 3M "DBY"or"DBR"with approved 3M Scotchlok connectors. No substitutes allowed. Provide same splice kits for termination points (WB) of spare 24V wires. No wire splices shall be permitted in the 24V wire between the field satellite controller and the nearest valve-in-head sprinkler and lateral isolation valve box. 3.16 LOW VOLTAGE WIRING INSTALLATION A. 24V SPRINKLER CONTROL WIRING. Where possible, install below mainline and lateral pipe in trench. Where possible, install wire in trench with irrigation mainline pipe, 28-inch minimum cover. Install wire in trench with irrigation lateral pipe, 18-inch minimum cover. Install slightly under the curvature of the pipe (to protect from probing shovels). B. Splices. Hot wire splices shall only be made at the individual isolation valves controlled by the circuit, at the lateral isolation valve box serving the circuit. Common wire splices are only permitted at the lateral isolation valve box locations served by the circuit. Where wiring and splices are installed at lateral isolation valve boxes, wiring shall be installed on the exterior side of valve sleeve and coiled neatly inside valve box (two foot minimum wire loop to permit access to splices above grade). C. Station Assignments. Owner On-Site Representative shall approve final sprinkler station wiring assignments prior to Contractor making final wire connections at the controller. D. 24V SPARE SPRINKLER CONTROL WIRING. Spare 24V hot wires shall be installed in the mainline trench. E. TRACER WIRE INSTALLATION. Where no 24V wire is installed with irrigation pipe, install one #14 copper tracer wire, taped to pipe; along mainline and laterals. Tie all copper wire together in one continuous web; locate common tie point in lateral isolation valve box and identify (dimension to two sprinkler heads) on the As-Built drawings. F. 24V WIRE. Number of 24V isolation valve control wire splices shall be held to a minimum; hot wire splices shall only be permitted at the individual isolation valve box locations serving that circuit. Common wire splices are only permitted at the lateral isolation valve box locations served by the circuit. Splices and wiring in lateral isolation valve boxes shall be installed in a manner to permit operation of lateral isolation valve and unobstructed access to splices. Where applicable, weatherproof terminated direct burial wire ends of 24V spare wire with specified splice kit and house in specified valve box. 3.17 MAINTENANCE A. See Section 01 7000 - Execution and Closeout Requirements, for additional requirements relating to maintenance service. B. Provide a separate maintenance contract for specified maintenance service. C. Provide one complete spring start-up and a fall shutdown by installer, at no extra cost to City of Kent. END OF SECTION Riverbend Driving Range- Phase 1 32 8423 - 11 UNDERGROUND SPRINKLERS SECTION 32 9219 SEEDING PART 1 GENERAL 1.01 SECTION INCLUDES A. Preparation of subsoil—As specified in Section 31 2200 Grading 3.02 and 3.03 B. Placing sand—As specified in Section 31 2200 Grading 3.05. C. Seeding, mulching and fertilizer. D. Maintenance. 1.02 RELATED REQUIREMENTS A. Section 31 2200 - Grading: Topsoil and sand material. B. Section 31 2200 - Grading: Preparation of subsoil and placement of topsoil in preparation for the work of this section. 1.03 PRICE AND PAYMENT PROCEDURES A. See Section 01 2200- Unit Prices, for additional unit price requirements. B. Sand: 1. Basis of Measurement: By the ton. C. Seeded/Grassed Areas: 1. Basis of Measurement: By the square yard. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. B. Certificate: Certified seed mixture supplied by WinField United. C. C. Maintenance Data: Owner will assume maintenance responsibilities once the seed has germinated. 1.05 DELIVERY, STORAGE,AND HANDLING A. Deliver grass seed mixture in sealed containers. Seed in damaged packaging is not acceptable. Deliver seed mixture in containers showing percentage of seed mix, year of production, net weight, date of packaging, and location of packaging. PART 2 PRODUCTS 2.01 SEED MIXTURE A. Seed Mixture: 1. WinPro Tall Fescue High Perf Blend Rapid Establishment; WinField United, winfieldunited.com a. Contact WinField United for local wholesale provider of this product. 2.02 SAND MATERIALS A. Sand: Type Fairway Grade Topdressing Sand, T.E. Walrath as specified in Section 31 2200. 2.03 ACCESSORIES A. Mulching Material: Oat or wheat straw, free from weeds, foreign matter detrimental to plant life, and dry. Hay or chopped cornstalks are not acceptable. B. Fertilizer: Will be supplied by the owner. C. Water: Clean, fresh and free of substances or matter that could inhibit vigorous growth of grass. PART 3 EXECUTION 3.01 PREPARATION A. Prepare subgrade in accordance with Section 31 2200. Riverbend Driving Range - Phase 1 32 9219 - 1 SEEDING B. Place topsoil in accordance with Section 31 2200. 3.02 FERTILIZING A. Fertilizer will be supplied by the owner. B. Initial application of fertilizer will be applied during the hydro seeding process. C. Additional fertilizer applications will be the responsibility of the owner once the seed has germinated. 3.03 SEEDING A. Seeding shall be accomplished by hydro seeding. B. Seed shall be applied at the suppliers recommended Rapid Establishment Rate of 20 lbs. per 1,000 square feet. C. Following germination, immediately manually re-seed areas without germination that are larger than 4 by 4 inches. 3.04 MAINTENANCE A. A. Following germination and any necessary re-seeding the Owner will be responsible for all maintenance. END OF SECTION Riverbend Driving Range - Phase 1 32 9219 -2 SEEDING SECTION 33 4211 STORMWATER GRAVITY PIPING PART 1 GENERAL 1.01 SECTION INCLUDES A. Storm drainage piping, fittings, and accessories. B. Connection of drainage system to municipal sewers. C. Catch basins, Trench drains, Plant area drains, and Site surface drainage. 1.02 RELATED REQUIREMENTS A. Section 31 2316.13 -Trenching: Excavating, bedding, and backfilling. 1.03 REFERENCE STANDARDS 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating pipe, pipe accessories. C. Manufacturer's Installation Instructions: Indicate special procedures required to install Products specified. D. Project Record Documents: 1. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. PART 2 PRODUCTS 2.01 BASIS OF DESIGN: REFER TO DRAINAGE NOTES ON THE CIVIL DRAWINGS. PART 3 EXECUTION 3.01 TRENCHING A. See Section 31 2316.13-Trenching for additional requirements. B. Backfill around sides and to top of pipe with cover fill, tamp in place and compact, then complete backfilling. 3.02 INSTALLATION - PIPE A. Lay pipe to slope gradients noted on layout drawings; with maximum variation from true slope of 1/8 inch in 10 feet. B. Connect to building storm drainage system, foundation drainage system, and utility/municipal sewer system. 3.03 INSTALLATION -CATCH BASINS, TRENCH DRAINS AND CLEANOUTS A. Form bottom of excavation clean and smooth to correct elevation. B. Form and place cast-in-place concrete base pad, with provision for sanitary sewer pipe end sections. C. Establish elevations and pipe inverts for inlets and outlets as indicated. D. Mount lid and frame level in grout, secured to top cone section to elevation indicated. END OF SECTION Riverbend Driving Range - Phase 1 334211 - 1 STORMWATER GRAVITY PIPING BIDDER'S PACKAGE RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 BIDDER'S PACKAGE CITY OF KENT KING COUNTY, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Project Number PK20-02 BIDS ACCEPTED UNTIL: MONDAY, NOVEMBER 22, 2019 10:45 A.M. BID OPENING: MONDAY, NOVEMBER 22, 2019 11:00 A.M. COUNCIL CHAMBERS, FIRST FLOOR DELIVER TO: CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032 KENT PARKS, RECREATION & COMMUNITY SERVICES TERRY JUNGMAN BRODERICK ARCHITECTS KEVIN BRODERICK 40 • KEN T WASHINGTON BIDDER'S PACKAGE FOR RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 TABLE OF CONTENTS • Site Location Map • Invitation to Bid • Information for Bidders BIDDER FORMS 1. Contractor Compliance Statement 2. Declaration of EEO Policy 3. City of Kent Administrative Policy 1.2 - Minority and Women Contractors 4. EEO Compliance Statement 5. Proposal 6. Bid Summary 7. Proposal Signature Page 8. General Contractor's References 9. Bidder Responsibility Criteria - Qualified Bidder 10. Bidder Responsibility Criteria - Compliance with Wage Statutes 11. Contractor's Qualification Statement 12. Subcontractor List for Contracts Over $100K 13. Subcontractor List for Contracts Over $1M 14. Bid Bond Form 15. Combined Declaration Form - Non-Collusion & Minimum Wage 16. Contract 17. Insurance Requirements 18. Change Order (C.O.) Form 19. Payment and Performance Bond 20. Request for Information (RFI) Form 21. Bidder's Checklist • • • , h S 2AOth S; -jJamesSC w James St ✓ .... - Kenr Ja (.e Eentre`' a ,t1. � E is Z '....�.:jz- ar ` 'w. A ri on4'James _ fa-m. Kent' e * N yan PaF at ss n d - Par P. Russell Road �.- � ��4'entana.Aparir"enis rr��.� . *" - Bonel Manoit r.„: r az he n + Q! Rrvetfro t �M WyMeeker 51-- M,rCD�oln sal r � War , , a x% Ta •BAIL rg. ency • e ` Gteer y b i t � r n �{ Bridge i �,,� •+�" ti",ri snt Apar:rren's :< 'Estates -. . rM yazt _ ri Licensing �. `� ; Office of K�enf, INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through November 22, 2019 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named: RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 PROJECT NUMBER PK20-02 The project consists of removal of the existing artificial turf and existing range features, removal of designated trees, re-grading the driving range (approximately 6,800 cubic yards of excavating / grading with approximately 5,400 cubic yards of new imported material), replacing and relocating the perimeter fencing and poles on the eastern portion of the driving range, installing a new irrigation system and new natural turf. The Engineer's estimated range for this project is $1 Million - $1.25 Million. For all technical questions contact Sean Hill at Broderick Architects NO LATER THAN November 18, 2019, at sean(&broderickarchitects.com or (206) 682-7525. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4tn Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the Parks Recreation & Community Services Planning & Development Division, City of Kent, Washington. Plans and specifications can be downloaded at no charge at www.KentWA.gov/Procurement. There will be a pre-bid walkthrough at 2:00 PM on Tuesday, November 12, 2019 for General Contractors and Sub-Contractors at Riverbend Driving Range, 2020 W. Meeker Street, Kent WA 98032. No oral communications will change the content of the invitation to bid. Only an addendum issued to amend or supplement the invitation to bid is binding. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. Bidder Prevailing Wage Training Requirements are mandatory for this project. Bidder must provide proof of required training or exemption from requirement. RCW 39.04.350. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day bid opening. Dated October 30, 2019. BY: L�4"-4k�a - Kimberley omoto, City Clerk [Published in Daily Journal of Commerce on November 1 and November 8, 2019.] INFORMATION FOR BIDDERS RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. o The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. All blanks in the proposal forms must be appropriately filled in. Bid documents must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. 3. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. 4. The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A Bidder who wishes to claim error after the bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the bid, requesting relief from the responsibilities of award. o The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the bid. The affidavit and the work sheets shall be submitted to the City's Representative no later than 5:00 p.m. on the first business day after bid opening, or the claim will not be considered. o The City's Representative will review the certified work sheets to determine validity of the claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all bids may be rejected or award made to the next lowest responsive, responsible Bidder. 5. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. 6. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. 7. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 8. No claim for delay shall be granted to the contractor due to his failure to submit the required documents to the City in accordance with this schedule. 9. The "Payment and Performance Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Performance Bond language of the contract. 10. Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 11. The Contractor shall include all costs of doing the work within the bid item prices. In the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and material required to perform the work shall be incidental and included with the bid item prices in the contract. 12. Refer to the insurance requirements in the project contract, which constitute the Contractor's Insurance requirements for this project. 13. In the event that inclement weather becomes a factor during the golf course construction phase, preventing the Contractor from reasonable pursuit of the project, the Contractor shall notify in writing with 48 hours of determination of the Owner's Representative and if justified, the Architect will add such time to the contract time, and to the seeding deadline. No additional general conditions will be allotted for this time. BIDDER FORMS FOR RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 CONTRACTOR COMPLIANCE STATEMENT (Presidential Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 Presidential 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) CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 1 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 2 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 3 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 4 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 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 (*). CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 5 BASE BID: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase i UNIT PRICES - include all labor, materials, equipment and overhead necessary to purchase and install each item according to specifications. (Reference SECTION 01 2200 — UNIT PRICES) UNIT PRICE SCHEDULE Item Plan Price Total No. Item Description Quantity Unit Per Unit Amount 1 Sand Section 31 2200 Ton 2 Fill Sq. Section 31 2200 Yd. 3 Underground Sprinklers LF Section 32 8423 4 Seeding Sq. Section 32 9219 Yd. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 6 BASE BID: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Include all labor, materials, equipment and overhead necessary to complete each Item. BID AMOUNT SCHEDULE Item Plan Price Total No. Item Description Quantity Unit Per Unit Amount 1 Division 1 1 LS General Requirements 2 Division 2 1 LS Existing Conditions 3 Division 3 1 LS Concrete 4 Division 11 1 LS Equipment 5 Division 31 1 LS Earthwork 6 Division 32 1 LS Exterior Improvements 7 Division 33 1 LS Utilities Subtotal $ 10% WA State Sales Tax $ Base Bid Total Amount $ CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 7 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 8 BID SUMMARY BASE BID TOTAL AMOUNT $ CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 9 PROPOSAL SIGNATURE PAGE PROJECT: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase i 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 75 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 Signature of Authorized Representative (Print Name and Title) Address CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 10 GENERAL CONTRACTOR'S REFERENCES If you have not worked for the City of Kent in the past three years: Please provide FIVE references for work performed similar in size and scope to the RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1. At least two of the references should be from a public agency. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Agency Name Address, city, state, zip Phone Contact Name Name of Project Contract Amount (approx.), Yr. Note: This form must be included with your bid. I have worked for the City of Kent in 2017, 2018 or 2019. Name of Project(s): CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 11 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified RIVERBEND DRIVING RANGE IMPROVEMENTS — Phase 1 This statement is required by state law (RCW 39.04.350(1)(f)) 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 (11/01/2019), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Bidder's Business Name Signature of Authorized Official* Printed Name Title Date City 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 12 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 (11/01/2019), 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 13 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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. Indicators of contractor 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 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 postal 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 14 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: STATUTORY REQUIREMENTS 1. MINIMUM CRITERIA REQUIRED BY WA STATE LAW 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 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 15 three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City of Kent to determine bidder responsibility 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 16 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? 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 17 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; 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? CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 18 7. SIGNATURE 7.1 Dated 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 19 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing ""None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Project Number: PK20-02 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 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 20 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Project Number: PK20-02 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 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 21 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 Received return of deposit in the sum of$ DATE: 20 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 22 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. RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 NAME OF PROJECT NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 23 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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 Specifications including the latest amendments 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 substantially completed within 75 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. 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, CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 24 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, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 25 CITY OF KENT BY: DANA RALPH, MAYOR DATE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 26 EXHIBIT A INSURANCE REQUIREMENTS FOR RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 27 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 28 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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 29 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 $ CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 30 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change Order calendar days Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent 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: CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 31 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 RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 (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. CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 32 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 CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 33 REQUEST FOR INFORMATION FORM RFI #: City of Kent DATE SENT: • Parks, Recreation &Community Services KENT Julie Parascondola, Director DATE NEEDED BY: TO: PROJECT #: COMPANY: PROJECT NAME: RFI DESCRIPTION (Enter description here) ATTACHMENTS: SUBMITTED BY: (Name, Title, Company) RESPONSE TO RFI ATTACHMENTS: RESPONSE BY: DATE: (Name, Title, Company) CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 34 (This Page Intentionally Left Blank) CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 35 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute forms as required may result in rejection of any bid. Bidder's Package should include the following: ❑ SITE LOCATION MAP ❑ INVITATION TO BID ❑ INFORMATION FOR BIDDERS ❑ CONTRACTOR COMPLIANCE STATEMENT o Date o Have or Have Not o Signature, title and address ❑ DECLARATION OF EEO POLICY ❑ CITY OF KENT ADMINISTRATIVE POLICY 1.2 — Minority and Women Contractors ❑ EEO COMPLIANCE STATEMENT o Successful bidder shall return to City of Kent AFTER completion of work o Bidder company name, date and signature block ❑ PROPOSAL o Bidder or Bidder Representative's name o Unit and total line amounts are correct o Subtotal, tax and total bid amount are correct o Signature block zi BID SUMMARY PAGE PROPOSAL SIGNATURE PAGE o Acknowledge receipt of all addenda issued o Date and signature block ❑ GENERAL CONTRACTOR'S REFERENCES o References or project name(s) listed ❑ BIDDER RESPONSIBILITY CRITERIA — Qualified Bidder ❑ BIDDER RESPONSIBILITY CRITERIA — Compliant with Wage Payment Statutes CONTRACTOR'S QUALIFICATION STATEMENT o Complete all sections, include attachments if necessary o Sign and Notarize ❑ SUBCONTRACTOR LIST for Contracts over $100K ❑ SUBCONTRACTOR LIST for Contracts over $1M ❑ BID BOND FORM o Names and amount (5% of total bid amount) o Power of Attorney o Sign, seal and date ❑ COMBINED DECLARATION FORM - Non-Collusion and Minimum Wage ❑ CONTRACT c CITY OF KENT WILL INITIATE SIGNATURE PROCESS WITH THE SUCCESSFUL BIDDER ❑ INSURANCE REQUIREMENTS (EXHIBIT A) c SUCCESSFUL BIDDER MUST PROVIDE PROOF OF MINIMUM REQUIRED COVERAGE ❑ CHANGE ORDER (C.O.) FORM c SUCCESSFUL BIDDER IS BOUND TO USE OF THIS FORM PAYMENT AND PERFORMANCE BOND FORM o Successful bidder's Principal, surety company, witnesses and corporate seal ❑ REQUEST FOR INFORMATION (RFI) FORM CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 36 (This Page Intentionally Left Blank) CITY OF KENT, WASHINGTON RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 PARKS, RECREATION & BIDDER FORMS COMMUNITY SERVICES DEPARTMENT PROJECT PK20-02 PAGE 37 WASHINGTON STATE PREVAILING WAGES RIVERBEND DRIVING RANGE IMPROVEMENTS - Phase 1 Page I of 19 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: 10/30/2019 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $50.86 5D 1 H View King Boilermakers Journey Level $69.04 5N 1 C View King Brick Mason Journey Level $58.82 5A 1 M View King Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 5S 2F View King Building Service Employees Window Cleaner (Non- $29.33 5S 2F View Scaffold) King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop) Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary $62.57 7A 4C View Tools King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.441 7A 4C View King Cement Masons Application of all $62.97 7A 4U View Composition Mastic King Cement Masons Application of all Epoxy $62.47 7A 4U View Material King Cement Masons Application of all Plastic $62.97 7A 4U View Material King Cement Masons Application of Sealing $62.47 7A 4U View Compound King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 4U View King Cement Masons Composition or Kalman $62.97 7A 4U View Floors King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb Et Gutter Machine $62.97 7A 41-1 View King Cement Masons Curb Et Gutter, Sidewalks $62.471 7A 4U View 10/30/2019 Page 2 of 19 King Cement Masons Curing Concrete $62.471 7A I 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- $62.97 7A 4U View powered King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $62.47 7A 4U View King Cement Masons Gunite Nozzleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping Et Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural $62.97 7A 4U View Finish King Cement Masons Screed Et Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat $62.47 7A 4U View Concrete King Cement Masons Troweling Machine Operator $62.97 7A 4U I View King Cement Masons Troweling Machine Operator $62.97 7A 4U View on Colored Slabs King Cement Masons Tunnel Workers $62.97 7A 41J View King Divers Et Tenders Bell/Vehicle or Submersible $116.20 7A 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers Et Tenders Diver $116.20 7A 4C 8V View King Divers Et Tenders Diver On Standby $74.23 7A 4C View King Divers Et Tenders Diver Tender $67.31 7A 4C View King Divers Et Tenders Manifold Operator $67.31 7A 4C View King Divers Et Tenders Manifold Operator Mixed Gas $72.311 7A 4C View King Divers Et Tenders Remote Operated Vehicle $67.31 7A 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $67.31 7A 4C View Tender King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56-001 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56,001 5D 3F View King Drywall Applicator Journey Level $62.44 5D 1 H View King Drywall Tapers Journey Level $62.94 5P 1 E View King Electrical Fixture Journey Level $30.59 5L 1 E View Maintenance Workers 10/3 0/2019 Page 3 of 19 King Electricians - Inside Cable Splicer $83.171 7C I 4E View King Electricians - Inside Cable Splicer (tunnel) $89.34 7C 4E View King Electricians - Inside Certified Welder $80.36 7C 4E View King Electricians - Inside Certified Welder (tunnel) $86.25 7C 4E View King Electricians - Inside Construction Stock Person $41.48 7C 4E View King Electricians - Inside Journey Level $77.551 7C 4E View King Electricians - Inside Journey Level (tunnel) $83.17 7C 4E View King Electricians - Motor Shop Journey Level $45.08 5A 1 B View King Electricians - Powerline Cable Splicer $79.60 5A 4D View Construction King Electricians - Powerline Certified Line Welder $72.98 5A 4D View Construction King Electricians - Powerline Groundperson $47.94 5A 4D View Construction King Electricians - Powertine Heavy Line Equipment $72.98 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $72.98 5A 4D View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction King Electronic Technicians Journey Level $51.071 7E 1 E View King Elevator Constructors Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King Fabricated Precast Concrete All Classifications - In- $18.25 5B 1R View Products Factory Work Only King Fence Erectors Fence Erector $43.111 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Fla ers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat Et Frost Insulators And Journeyman $76.61 5J 4H View Asbestos Workers King Heating Equipment Journey Level $85.88 7F 1 E View Mechanics King Hod Carriers Et Mason Journey Level $52.44 7A 4V 8Y View Tenders King Industrial Power Vacuum Journey Level $12.00 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View 10/30/2019 Page 4 of 19 King lintand Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Seating Cleaner Operator, Faamer $31.49 1 View Of Sewer Et Water Systems Operator By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $12.00 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 View Of Sewer B Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 View Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning,/Seating Tv Truck Operator $20.45 1 View Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $72.18 7N 10 View King Laborers Air, Gas Or Electric Vibrating $50.86 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper-paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V BY View King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $50.861 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $51.80 7A 4V 8Y View Driller King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers $50.86 7A 4V 8Y View 10/30/2019 Page � of 19 Demolition: Wrecking Et Moving (Intl. Charred Material) King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $51.80 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker Et Transit $52.44 7A 4V 8Y View Person King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) $51.80 7A 4V 8Y View Including Post Tension Beams King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker $52.44 7A 4V 8Y View (Level A) King Laborers Hazardous Waste Worker $51.80 7A 4V 8Y View (Level B) King Laborers Hazardous Waste Worker $50.86 7A 4V 8Y View (Level C) King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, $51.80 7A 4V 8Y View Green Cutter When Using Combination Of High Pressure Air Ft Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View 10/30/2019 Page 6 of 19 King ILaborers Pipe Pot Tender $51,801 7A 4V 8Y I View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.861 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.861 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $43.11 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, $51.80 7A 4V 8Y View Air Et Gas Operated Toots King Laborers Tamper (Multiple Et Self- $51.80 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer $51.80 7A 4V 8Y View (Lagger, Shorer Et Cribber) King Laborers Tootroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.861 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View King Laborers Tunnel Work-Compressed Air $120.61 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $125.64 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $129.32 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $135.02 7A 4V 9B View Worker 54.01-60.00 psi King Laborers $137.14 7A 4V 9B View 10/30/2019 Page 7 of 19 Tunnel Work-Compressed Air Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $142.24 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $144.14 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $146.14 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $148.14 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $52.54 7A 4V 8Y View Tender King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.801 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers Underground General Laborer Et Topman $50.86 7A 4V 8Y View Sewer Et Water King Laborers - Underground Pipe Layer $51.80 7A 4V 8Y View Sewer Et Water King Landscape Construction Landscape $39.18 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shop) Fitter $15.86 1 View King Metal Fabrication In Shop) Laborer $12,001 1 View King Metal Fabrication (In Shop) Machine Operator $13.04 1 View King Metal Fabrication iln Shop) Painter $12.00 1 View King Metal Fabrication (In Shop) Welder $15.48 1 View King Millwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $12.001 1 View King Modular Buildings Electrician $12.00 1 View King Modular Buildings Equipment Maintenance $12.00 1 View King Modular Buildings Plumber $12.00 1 View King Modular Buildings Production Worker $12.00 1 View King Modular Buildings Tool Maintenance $12.00 1 View King Modular Buildings Utility Person $12.00 1 View King Modular Buildings Welder $12.00 1 View King Painters Journey Level $43.40 6Z 2B View King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View 10/30/2019 Page 8 of 19 King Pile Driver Hyperbaric Worker - $77.93 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $82.93 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $86.93 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $91.93 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - $94.43 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $99.43 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $101.43 7A 4C View Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $103.43 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $105.43 7A 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 7g 1R View King Playpround Fr Park Journey Level $12.00 1 View Equipment Installers King Plumbers 8 Pipefitters Journey Level $87.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: $68.55 7A 3K 8X View concrete King Power Equipment Operators Bobcat $65.05 7A 3K 8X View ro King Power Equipment Operators Brokk - Remote Demolition $65.05 7A 3K 8X View Equipment King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - $65.05 7A 3K 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $68.02 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators 1 $69.16 7A 3K 8X View 10/30/20 l 9 Page 9 of 19 Concrete Pump: Truck Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $68.55 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $71.26 7A 3K 8X View over King Power Equipment Operators Cranes: 100 tons through 199 $69.85 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, $70.57 7A 3K 8X View or 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $71.26 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View And Under King Power Equipment Operators Cranes: Friction cranes $70.57 7A 3K 8X View through 199 tons King Power Equipment Operators Cranes: through 19 tons with $68.02 7A 3K 8X View attachments, A-frame over 10 tons King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $68.55 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, $68.02 7A 3K 8X View Truck Or Crane Mount King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: $65.05 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $68.55 7A 3K 8X View And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $65.05 7A 3K 8X View With Attachments King Power Equipment Operators Grade Engineer: Using Blue $68.55 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View 10/30/2019 Page 10 of 19 King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tait End Dump $69.16 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $68.55 7A 3K 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $68.02 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $68.55 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $68.02 7A 3K 8X View 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. $69.16 7A 3K 8X View But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $68.55 7A 3K 8X View Yards King Power- Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $69.85 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, $69.16 7A 3K 8X View Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $65.05 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $68.02 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type $68.55 7A 3K 8X View Crane: 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $69.16 7A 3K 8X View Tons Through 99 Tons T King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $68.55 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View 10/30/2019 Page l I of 19 King IPower Equipment Operators jPumps - Water 1 $65.051 7A I 3K I 8X I View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under $65.05 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $69.16 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, $68.02 7A 3K 8X View Bellman (Certified) King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $68.02 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $68.551 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled $68.55 7A 3K 8X View Under 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $68.02 7A 3K 8X View All King Power Equipment Operators Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Yards And Over King Power Equipment Operators Service Engineers - $68.02 7A 3K 8X View Equipment King Power Equipment Operators Shotcrete/Gunite Equipment $65.051 7A 3K 8X View King Power Equipment Operators Shovel , Excavator, Backhoe, $68.02 7A 3K 8X View Tractors Under 15 Metric Tons King _Power Equipment Operators Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $69.16 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In $69.85 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $70.57 7A 3K 8X View through 250' in height, base to boom 10/30/20 l 9 Page 12 of 19 King Power Equipment Operators Tower Cranes: over 250' in $71.26 7A 3K 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or $69.16 7A 3K 8X View Truck Type King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - $68.55 7A 3K 8X View 100 Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver $68.02 7A 3K 8X View Under 100 Tons King Power Equipment Operators Truck Mount Portable $68.55 7A 3K 8X View Conveyor King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmalt $65.05 7A 3K 8X View Type King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $65.05 7A 3K 8X View Underground Sewer 17 Water King Power Equipment Operators- Barrier Machine (zipper) $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $68.55 7A 3K 8X View Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $65.05 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $68.55 7A 3K 8X View Underground Sewer It Water King Power Equipment Operators- Compressor $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $65.05 7A 3K 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $68.02 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $69.16 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $68.55 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $68.02 7A 3K 8X View Underground Sewer Et Water King $71.26 7A 3K 8X View 10/30/2019 Page 13 of 19 Power Equipment Operators- Cranes friction: 200 tons and Under round Sewer Et Water over King Power Equipment Operators- Cranes: 100 tons through 199 $69.85 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, $70.57 7A 3K 8X View Underground Sewer Et Water or 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $71.26 7A 3K 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View Underground Sewer Et Water And Under King Power Equipment Operators- Cranes: Friction cranes $70.57 7A 3K 8X View Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: through 19 tons with $68.02 7A 3K 8X View Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $68.55 7A 3K 8X View Underground Sewer Et Water (power) King Power E ui ment Operators Derricks, On Building Work $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, $68.02 7A 3K 8X View Underground Sewer Et Water Truck Or Crane Mount King Power Equipment Operators- Drilling Machine $69.85 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $65.05 7A 3K 8X View Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $68.55 7A 3K 8X View Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $65.05 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $68.55 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $68.55 7A 3K 8X View Underground Sewer Et Water 10/30/2019 Page 14 of 19 King Power Equipment Operators- Hard Tail End Dump $69.16 7A 3K 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $68.55 7A 3K 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $68.02 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $68.55 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over $68.02 7A 3K 8X View Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $69.16 7A 3K 8X View Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $68.55 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $68.55 7A 3K 8X View Underground Sewer- Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $68.02 7A 3K 8X View Underground Sewer Et Watcr King Power Equipment Operators- Locomotives, All $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $68.55 7A 13K8X View Underground Sewer 8Water King Power Equipment Operators- Mechanics, All (leadmen - $69.85 7A 8X View Underground Sewer & Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $69.16 7A 3K 8X View Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $65.05 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $68.02 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type $68.55 7A 3K 8X View Underground Sewer Et Water Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $69.85 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $69.16 7A 3K 8X View Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $68.55 7A 3K 8X View Underground Sewer Et Water Mount) 10/3 0/2019 Page 15 of 19 King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View Underground Sewer 8 Water King Power Equipment Operators- Posthote Digger, Mechanical $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators. Pumps - Water $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View Underground Sewer 6t Water King Power Equipment Operators- Quick Tower - No Cab, Under $65.05 7A 3K 8X View Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $69.16 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $68.02 7A 3K 8X View Underground Sewer Et Water Bellman (Certified) King Power Equipment Operators- Rollagon $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $68.02 7A 3K 8X View Underground Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $68.55 7A 3K 8X View Underground Sewer 8 Water King Power Equipment Operators- Saws - Concrete $68.02 7A 3K 8X View Underground Sewer i7 Water King Power Equipment Operators- Scraper, Self Propelled $68.55 7A 3K 8X View Underground Sewer Et Water Under 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $68.02 7A 3K 8X View Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - $68.02 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Shotcrete/Gunite Equipment $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $68.02 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View Underground Sewer l3 Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Underground Sewer 8 Water Over 50 Metric Tons To 90 Metric Tons 10/30/2019 Page 16 of 19 King Power Equipment Operators- Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $69.16 7A 3K 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $69.85 7A 3K 8X View Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $70.57 7A 3K 8X View Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $71.26 7A 3K 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $69.16 7A 3K 8X View Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - $68.55 7A 3K 8X View Underground Sewer U Water 100 Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver $68.02 7A 3K 8X View Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $68.55 7A 3K 8X View Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall $65.05 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Yo Yo Pay Dozer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $50.96 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $48.35 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $50.96 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $45.54 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $34.51 5A 4A View Trimmers King Refrigeration Et Air Journey Level $82.51 6Z 1G View Conditioning Mechanics King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous $56.27 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1E View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Boilermaker 10/30/2019 Page 17 of 19 King IShipbUilding Et Ship Repair INew Construction Carpenter 1 $36.361 7V 1 1 1 View King Shipbuilding Et Ship Repair New Construction Crane $36.36 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et $76.61 5J 4H View Frost Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.361 7V 1 1 View King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet $36.36 7V 1 View Metal King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1 View Burner King Shipbuilding Et Shiq Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Shiq Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating $45.06 7Y 4K View Engineer King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $50.90 0 1 View (Electrical) King Sign Makers Et Installers Journey Level $31.52 0 1 View (Non-Electrical) King Soft Floor Lavers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $12.44 1 View King Sprinkler Fitters (Fire Journey Level $81.39 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 View Structural► King Stone Masons Journey Level $58.82 5A 1 M View 10/30/2019 Page 18 of 19 King kwetpg�ork�ers treet And Parking Lot Journey Level $19.09 1 View King Surveyors Assistant Construction Site $68.02 7A 3K 8X View Surveyor King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Journey Level $51.07 7E 1E View Technicians King Telephone Line Construction Cable Splicer $41.81 5A 2B View - Outside King Telephone Line Construction Hole Digger/Ground Person $23.53 5A 2B View - Outside King Telephone Line Construction Installer (Repairer) $40.09 5A 2B View - Outside King Telephone Line Construction Special Aparatus Installer 1 $41.81 5A 2B View - Outside King Telephone Line Construction Special Apparatus Installer 11 $40.99 5A 2B View - Outside King Telephone Line Construction Telephone Equipment $41.81 5A 2B View - Outside Operator (Heavy) King Telephone Line Construction Telephone Equipment $38.92 5A 2B View Outside Operator (Light) King Telephone Line Construction Telephone Lineperson $38.92 5A 2B View - Outside King Telephone Line Construction Television Groundperson $22.32 5A 2B View - Outside King Telephone Line Construction Television $29.60 5A 2B View - Outside Lineperson/Installer King Telephone Line Construction Television System Technician $35.20 5A 2B View - Outside King Telephone Line Construction Television Technician $31.67 5A 2B View - Outside King Telephone Line Construction Tree Trimmer $38.92 5A 2B View - Outside King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble Et Terrazzo Finisher $44.89 5A 1B View Finishers King Traffic Control Stripers Journey Level $47.68 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck Ft Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers Et Irrigation Irrigation Pump Installer $17.71 1 View Pump Installers King Well Drillers Ft Irrigation Oiler $12.97 1 View Pump Installers King lWell Driller 1 $18.001 111 1 View 10/30/2019 Page 19 of 19 Well Drillers 1Y Irdization Pump Instatters I I # 1 10/30/2019