Loading...
HomeMy WebLinkAboutCAG2023-150 - Original - Skycorp LTD - Upper Mill Creek Building Demolition - 03/09/2023 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form Dir Asst: e., • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. J W A S H I N G T O N (Print on pink or cherry colored paper) (optional) Originator: Department: KateLynn Jennings for Bryan Higgins Parks, Recreation &Community Services Date Sent: Date Required: c 2/9/2023 Soonest possible please Q Authorized to Sign: Date of Council Approval: QDirector or Designee Mayor N/A Budqet Account Number: Grant?[--]Yes F71No P21012 Budget?V]Yes[7]No Type: N/A Vend Category: Skycorp LTD Contract Vendor Number: Sub-Category: 376460 Original O Upper Mill Creek Building Demolition Project Name: E 0 Demolish building located at 10028 SE 267th Street, Kent, WA 98030. O Project Details: C G1 Agreement Am $50,370.75 Basis for Selection of Contractor: Other *Memo to Mayor must be a Start Date: February 2023 Termination Date: June 2023 Q Local Business?r7Yes17No* If meets requirements per KCC3.70.100,pleosecomplete"VendorPurchase-Locol Exceptions"form onCityspace. Business License Verification:DYes PlIn-Process ElExempt(KCC 5.01.045) Notice required prior to disclosure? Contract Number: E]YesONo CAG2023-150 Comments: p1 3 O �1 N • i pOC Date Received by City Attorney: 2/28/23 C1 Date Routed to the Mayor's Office: 3/8/23 v1 Date Routed to the City Clerk's Office: 3/9/23 aaccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.200821 PROJECT MANUAL UPPER MILL CREEK BUILDING DEMOLITION PROJECT SITE LOCATION 10028 SE 267th Street, Kent, WA 98030 DELIVER BIDS TO City Clerk's Office, Kent City Hall 220 Fourth Ave. South, Kent, WA 98032 BIDS ACCEPTED UNTIL (Bid Submittal Date and Time) Wednesday, December 21, 2022 BID OPENING Immediately After Bid Submittal Time Kent City Hall OWNER City of Kent Parks, Recreation & Community Services 220 Fourth Ave. South, Kent, WA 98032 Julie Parascondola CPRE, Director PROJECT MANAGER Bryan Higgins Parks Planning & Development Division PROJECT MANUAL CONTENTS 1. CONTRACT, BOND and INSURANCE 2. INVITATION TO BID and BIDDER PACKET 3. KENT PARKS SPECIAL PROVISIONS and SPECIFICATIONS 4. APPENDICES A. SCOPE OF WORK B. SITE LAYOUT MAP C. ASBESTOS INSPECTION REPORT D. LEAD INSPECTION REPORT E. PREVALING WAGES KENT W+yr.I,Qis . PUBLIC WORKS AGREEMENT between City of Kent and Skycorp LTD THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Skycorp LTD organized under the laws of the State of Washington, located and doing business at 526 Northwest Avenue, Suite 11, Arlington, WA 98223 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in the attached Appendix A, incorporated herein, contractor shall demolish building at Upper Mill Creek. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 calendar days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed within 60 working days from the Notice to Proceed. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $50,370.75, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 (Over$20K and No Performance Bond) A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainacie. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs"shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PUBLIC WORKS AGREEMENT - 2 (Over$20K and No Performance Bond) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable PUBLIC WORKS AGREEMENT - 3 (Over$20K and No Performance Bond) adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MA]EURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. PUBLIC WORKS AGREEMENT - 4 (Over$20K and No Performance Bond) A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. PUBLIC WORKS AGREEMENT - 5 (Over$20K and No Performance Bond) XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers 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 Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the 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 Agreement 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 duty to defend, indemnify, and hold the City harmless, and the Contractor's liability accruing from that obligation 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. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then the Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred PUBLIC WORKS AGREEMENT - 6 (Over$20K and No Performance Bond) in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. ]. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 7 (Over$20K and No Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: CITY OF KENT: By:�kyle aldal(Feb 22,2023 15:59 PST) By: 4 _ Print Name: Skyler Waldal Print Name: Dana Ralph Its President Its Mayor DATE:02/22/2023 DATE: 03/09/2023 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Skylar Waldal Bryan Higgins Skycorp LTD City of Kent 526 Northwest Ave, Suite 11 220 Fourth Avenue South Arlington, WA 98223 Kent, WA 98032 (360) 926-8989 (telephone) (253) 856-5113 (telephone) skycorpltd@yahoo.com (email) bhiggins@kentwa.gov (email) APPROVED AS TO FORM: _ 0-'ji Kent L' w Department ATTEST: Kent City Clerk [In this field,you may enter the electronic filepath where the contract has been saved] PUBLIC WORKS AGREEMENT - 8 (Over$20K and No Performance Bond) EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS 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. 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 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 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. 4. Contractor's/Consultant's Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 3. Contractor's/Consultant's Pollution Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Coverage may be written on a claims-made basis. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 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. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A NII. SKYCLTD-01 SANDERSON2 ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1/19/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Alliant Insurance Services,Inc. PHONE FAX 3977 Harbour Pointe Blvd SW (A/C,No,Ext):(425)740-5200 (A/C,No): Mukilteo,WA 98275 ADDRE : INSURERS AFFORDING COVERAGE NAIC# INSURER A:GuideOne National Insurance Company 14167 INSURED INSURER B:Austin Mutual Insurance Company 13412 Skycorp LTD. INSURER C: 526 NW Ave Ste. 11 INSURER D: Arlington,WA 98223 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DDrAYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE a OCCUR X X ENV562009403-00 4/4/2022 4/4/2023 DAMAGE TO RENTED 50,000 PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY�X JERK LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ ANY AUTO X X B1137793M 4/4/2022 4/4/2023 BODILY INJURY Perperson) $ OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE ENV562009409-00 4/4/2022 4/4/2023 AGGREGATE $ 1,000,000 DED X I RETENTION$ 10,000 $ A WORKERS COMPENSATION PER X OTH- AND EMPLOYERS'LIABILITY Y/N ENV562009403-00 4/4/2022 4/4/2023 STATUTE ER 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Pollution Liability X X ENV562009403-00 4/4/2022 4/4/2023 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Upper Mill Creek Demo-10028 SE 267th St.Kent,WA 98030 City of Kent is Additional Insured with respect to the General,Automobile and Pollution Liability per forms attached.Waiver of Subrogation applies to the General,Automobile and Pollution Liability per forms attached.General Liability is Primary and Non-Contributory per form attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN y ACCORDANCE WITH THE POLICY PROVISIONS. Park Planning and Dev I Parks,Recreation&Community Servi 220 Fourth Avenue South Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ENV562001277-03 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Or anization s : Any person or organization for whom you are performing In respect to any location where the named insured is operations when you and such person or organization have performing "your work". agreed in writing in a contract or agreement, effected prior to the date your operations for that person or organization commenced, that such person or organization be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only with sions apply: respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or"personal and advertising injury" caused, .'property damage" occurring after: in whole or in part, by: 1. All work, including materials, parts or equip- ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project (other than service, behalf; maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the in the performance of your ongoing operations for the location of the covered operations has been additional insured(s) at the location(s) designated completed; or above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended 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. CG 20 10 07 04 © ISO Properties, Inc., 2004. Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDED WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that is: 1. An owner of real or personal property on which you are performing operations, but only at the specific written request by that person or organization to you, and only if: a. That request is made prior to the date your operations for that person or organization commenced; and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker; or 2. A contractor on whose behalf you are performing operations, but only at the specific written request by that person or organization to you, and only if: a. That request is made prior to the date your operations for that person or organization commenced; and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker. WAIVER OF SUBROGATION—If required by written contract or agreement,we waive any right of recovery we may have against any entity that is an additional insured shown in the Schedule above per the terms of this endorsement because of payments we make for injury or damage arising out of"your work"performed under a contract with that person or organization. All other terms and conditions remain unchanged. GO 0218—4YA 10-17 Includes Copyrighted Material of Insurance Services Office, Inc. Page 1 of 1 with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY/NON-CONTRIBUTORY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRIMARY/NON-CONTRIBUTORY—If required by written contract or agreement,effected prior to the date your operations for that person or organization commenced and named below, such insurance as is afforded by this policy to any additional insureds under this policy shall be primary insurance,and any insurance or self-insurance maintained by such additional insured(s)shall not contribute to the insurance afforded to the named insured. All other terms and conditions remain unchanged. SCHEDULE Any person or organization that is: 1. An owner of real or personal property on which you are performing operations,but only at the specific written request by that person or organization to you,and only if: a. That request is made priorto the date your operations forthat person or organization commenced;and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker;or 2. A contractor on whose behalf you are performing operations,but only at the specific written request by that person or organization to you,and only if: a. That request is made prior to the date your operations for that person or organization commenced;and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker. GO 0216—4YP 10-17 Includes Copyrighted Material of Insurance Services Office, Page 1 of 1 Inc. with its permission POLICY NUMBER: B1P7793M COMMERCIAL AUTOMOBILE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE ELITE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. 1. BROAD FORM INSURED B. Employees as Insureds A. Subsidiaries and Newly Acquired or Paragraph A.1. - WHO IS AN INSURED Formed Organizations OF SECTION II - LIABILITY COVERAGE The Named Insured shown in the Declara- is amended to add: tions is amended to include: Any "employee" of yours while using a cov- (1) Any legally incorporated subsidiary in ered "auto" you don't own, hire or borrow in which you own more than 50% of the your business or your personal affairs. voting stock on the effective date of the C. Lessors as Insureds Coverage Form. However, the Named Insured does not include any subsidi- Paragraph A.1 -WHO IS AN INSURED OF ary: SECTION II - LIABILITY COVERAGE is (a) That is an "insured" under any other amended to add: automobile policy or e. The lessor of a covered "auto" while the (b) That would be an "insured" under "auto" is leased to you under a written such a policy but for (i) its termina- agreement if: tion or (ii) the exhaustion of its Limit (1) The agreement requires you to pro- of Insurance. vide direct primary insurance for the (2) Any organization that is acquired or lessor and formed by you and over which you (2) The "auto" is leased without a driv- maintain majority ownership. However, er. Such a leased "auto" will be con- the Named Insured does not include sidered a covered "auto" you own any newly formed or acquired organi- and not a covered "auto"you hire. zation: (a) That is a partnership, joint venture 2. ADDITIONAL INSURED BY CONTRACT, or limited liability company, PERMIT OR AGREEMENT (b) That is an "insured" under any other The following is added to A.1 WHO IS AN policy, INSURED OF SECTION II - LIABILITY COVERAGE: (c) That has exhausted its Limit of In- surance under any other policy, or Any person or organization for whom you are (d) 180 days or more after its acquisi- required to name as an additional insured in a tion or formation by you, unless you written contract or agreement that is executed or have given us notice of the acquisi- signed by you prior to a "bodily injury" or "prop- tion or formation. erty damage" occurrence is an "insured" for lia- bility coverage, but only to the extent that person Coverage does not apply to "bodily injury" or organization qualifies as an "insured" under or "property damage" that results from an the Who Is An Insured provision contained in "accident" that occurred before you formed Section II of the coverage form. or acquired the organization. If specifically required by the written contract or agreement referenced in the paragraph above, any coverage provided by this endorsement to an additional insured shall be primary and any other valid and collectible insurance available to the additional insured shall be non-contributory 64 K290 0418 Includes Copyrighted materials by©ISO Properties, Inc. Page 1 of 7 INSURED COPY with this insurance. If the written contract does whichever is smallest, minus a deductible. not require this coverage to be primary and the The deductible will be equal to the largest additional insured's coverage to be non- deductible applicable to any owned "auto" contributory, then this insurance will be excess for that coverage. No deductible applies to over any other valid and collectible insurance "loss" caused by fire or lightning. Hired Au- available to the additional insured. to Physical Damage coverage is excess over any other collectible insurance. Sub- 3. AUTOS RENTED BY EMPLOYEES ject to the above limit, deductible and ex- Any "auto" hired or rented by your "employee" cess provisions, we will provide coverage on your behalf and at your direction will be con- equal to the broadest coverage applicable sidered an "auto" you hire. to any covered "auto"you own. The OTHER INSURANCE Condition is amend- We will also cover loss of use of the hired "auto" ed by adding the following: if it results from an "accident", you are legally li- able and the lessor incurs an actual financial If an "employee's" personal insurance also ap- loss, subject to a maximum of $1,000 per "acci- plies on an excess basis to a covered "auto" dent". hired or rented by your "employee" on your be- half and at your direction, this insurance will be This extension of coverage does not apply to primary to the "employee's" personal insurance. any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), 4. AMENDED FELLOW EMPLOYEE EXCLUSION or members of their households. EXCLUSION 5. - FELLOW EMPLOYEE OF SECTION II - LIABILITY COVERAGE does not 6. PHYSICAL DAMAGE — ADDITIONAL apply if you have workers' compensation insur- TEMPORARY TRANSPORTATION EXPENSE ance in-force covering all of your"employees". COVERAGE Coverage is excess over any other collectible Paragraph AA.a. OF SECTION III — PHYSICAL insurance. DAMAGE COVERAGE is amended to provide a limit of $75 per day and a maximum limit of 5. HIRED AUTO PHYSICAL DAMAGE $2,250. COVERAGE If hired "autos" are covered "autos" for Liability 7. EXTRA EXPENSE — BROADENED Coverage and if Comprehensive, Specified COVERAGE Causes of Loss, or Collision coverages are pro- Under paragraph A. OF SECTION III — vided under this Coverage Form for any "auto" PHYSICAL DAMAGE COVERAGE, the follow- you own, then the Physical Damage coverages ing Coverage is added: provided are extended to "autos" you hire or bor- We will pay for the expense of returning a stolen row, subject to the following limit. The most we covered "auto" to you subject to Paragraph C. will pay for"loss" to any hired "auto" is: Limit of Insurance. (1) $50,000; (2) The actual cash value of the damaged 8. LOAN/LEASE GAP COVERAGE or stolen property at the time of the Under SECTION III - PHYSICAL DAMAGE "loss"; or COVERAGE, if a long-term leased or financed (3) The cost of repairing or replacing the "auto" is a covered "auto", we will pay in the damaged or stolen property, event of a total "loss" your additional legal obli- gation to the lessor or loss payee for any differ- ence between the actual cash value of the "au- to" at the time of the "loss" and the "outstanding balance" of the lease. "Outstanding balance" means the amount you owe on the lease at the time of "loss" less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; 64 K290 0418 Includes Copyrighted materials by © ISO Properties, Inc. Page 2 of 7 INSURED COPY excess wear and tear charges; lease termination 14. GLASS REPAIR—WAIVER OF DEDUCTIBLE fees. Under paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE, the fol- 9. AIRBAG COVERAGE lowing is added: Under Paragraph B. Exclusions of SECTION III No deductible applies to glass damage if the - PHYSICAL DAMAGE COVERAGE, the follow- glass is repaired rather than replaced. ing is added: The exclusion relating to mechanical breakdown 15. NOTICE OF CANCELLATION TO THIRD does not apply to the accidental discharge of an PARTY air bag. The following is added to A.2., Cancellation of COMMON POLICY CONDITIONS 10. AMENDED DUTIES IN THE EVENT OF If we initiate a cancellation or non-renewal for ACCIDENT, CLAIM, SUIT, OR LOSS any reason, other than non-payment of premi- The requirement in LOSS CONDITIONS 2.a — um, we will mail notice of cancellation to the DUTIES IN THE EVENT OF ACCIDENT, person or organization scheduled on the policy CLAIM, SUIT, OR LOSS — of SECTION IV — as an additional insured 30 days before the ef- BUSINESS AUTO CONDITIONS that you must fective date of cancellation. We will mail such notify us of an "accident" applies only when the notice to the address of the Additional Insured "accident" is known to: scheduled on the policy and in at least 30 days (1) You, if you are an individual before the effective date of the cancellation or (2) A partner, if you are a partnership; or non-renewal. (3) A member, if you are a limited liability If the Insured initiates the cancellation or in case company; or of non-payment of premium, we will not mail ad- (4) An executive officer or insurance man- vance notice but, a final cancellation notice will ager, if you are a corporation. be sent to the person or organization scheduled on the policy as an additional insured. We will mail such notice to the additional insured ad- 11. UNINTENTIONAL FAILURE TO DISCLOSE dress upon final cancellation of the policy. HAZARDS If you unintentionally fail to disclose any hazards 16. VEHICLE WRAP COVERAGE existing at the inception date of your policy, we will not deny coverage under this Coverage Paragraph A. Coverage of Section III — Form because of such failure. PHYSICAL DAMAGE COVERAGE is amended to include the following additional paragraph: 12. WAIVER OF SUBROGATION Vehicle Wrap Transfer Of Rights Of Recovery Against Oth- In the event of a "loss" to a covered "auto", we ers To Us of SECTION IV — BUSINESS AUTO will provide the following coverage if such "loss' CONDITIONS is amended by adding the follow- is caused by: ing: a. Other than collision only if the Declarations We waive any right of recovery we may have indicates that comprehensive Coverage is pro- against any person or organization to or for vided for the covered "auto"; whom we make payment and with whom you have a written contract that requires such waiver b. Specified Causes of Loss only if the Decla- because of payments we make for damages un- rations indicates that Specified Causes Of Loss der this Coverage Form. Coverage is provided for the covered "auto"; or c. Collision only if the Declarations indicates 13. RESULTANT MENTAL ANGUISH COVERAGE that Collision Coverage is provided for the cov- The definition of "bodily injury" in SECTION V — ered "auto". DEFINITIONS is replaced by the following: We will pay for "loss' to a "vehicle wrap" that is "Bodily injury" means bodily injury, sickness, or installed on the covered "auto". The most we disease sustained by any person, including will pay for"loss' is$5,000 per policy period. mental anguish or death resulting from any of We will not pay for "loss' due to and confined to these. wear and tear; or damage to paint or the vehicle caused by faulty installation of a"vehicle wrap". 64 K290 0418 Includes Copyrighted materials by © ISO Properties, Inc. Page 3 of 7 INSURED COPY The "vehicle wrap" is subject to the Comprehen- When a fire department is called to save or sive deductible for the covered "auto", except in protect a covered "auto", its equipment, its the event of a "loss" to a covered "auto" for contents, or occupants from a covered which such vehicle is involved in a collision and cause of loss, we will pay up to $1,500 for there is both: your liability for fire department service (1) Collision damage to the vehicle; and charges: (2) Damage to the"vehicle wrap" (1) Assumed by contract or agreement pri- or to loss; or Then the collision deductible will apply. (2) Required by local ordinance If the"vehicle wrap" is damaged in a collision the lesser of replacement cost or original purchase No deductible applies to this additional cost of the"vehicle wrap"will apply. coverage. SECTION V. DEFINITIONS is amended to in- 20. LOSS OF USE TO RENTAL CAR clude the following additional definition. "Vehicle Wrap" means self-adhesive vinyl decals Paragraph Coverage Extensions of or sheets applied to the exterior body or window SECTION III PHYSICAL DAMAGE COVERAGE is amended to add the following: of a covered "auto". Signs or other graphics painted or magnetically affixed to the vehicle are d. Rental Expense not considered vehicle wraps. We will pay the following expenses that you or any of your "employees" are legally obligated to 17. GARAGEKEEPERS pay because of a written contract or agreement The most current version of endorsement CA 99 entered into for use of a rental vehicle in the 37 that is approved in your state is added to the conduct of your business: policy on an Excess insurance basis with a max- MAXIMUM WE WILL PAY FOR ANY ONE imum limit of $10,000 and a $500 deductible for CONTRACT OR AGREEMENT: each Customer's Auto for all perils. The limit is 1. $1,000 for loss of income incurred by the applicable on a blanket basis to all Insured rental agency during the period of time that ve- owned locations. hicle is out of use because of actual damage to, or "loss" of, that vehicle, including income lost 18. ORIGINAL EQUIPMENT MANUFACTURER due to absence of that vehicle for use as a re- REPLACEMENT PARTS placement; SECTION III — PHYSICAL DAMAGE 2. $500 for administrative expenses incurred by COVERAGE, C. Limit of Insurance, Paragraph the rental agency, as stated in the contract or 1. Is amended to include: agreement However, if the covered "auto" has less than 36,000 miles on its odometer, then the following 21. EXTENDED COVERAGE — BAIL BONDS condition will apply: Paragraph A.2.a. (2) of SECTION II — We will pay the cost to replace the damaged LIABILITY COVERAGE is replaced by the fol- parts (excluding glass and mechanical parts) lowing: with new Original Equipment Manufacturer re- (2) Up to $3,000 for cost of bail bonds (including placement parts if the damaged parts cannot be bonds for related traffic law violations) required repaired. because of an "accident" we cover. We do not have to furnish these bonds 19. FIRE DEPARTMENT SURCHARGE 22. EXTENDED COVERAGE — LOSS OF Paragraph A.4. Coverage Extensions of EARNINGS SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the follow- Paragraph A.2.a. (4) of SECTION II — LIABILITY COVERAGE is replaced by the fol- ing: lowing: c. Fire Department Service Charge (4) All reasonable expenses incurred by the "in- sured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 64 K290 0418 Includes Copyrighted materials by © ISO Properties, Inc. Page 4 of 7 INSURED COPY (2) We will pay only for those expenses in- 23. LOCKOUT REIMBURSEMENT COVERAGE curred during the policy period begin- We will reimburse up to $75 per occurrence to ning 24 hours after the "loss" and end- cover your actual expenses incurred when a ing, regardless of the policy's locksmith must be called: expiration, with the lesser of the follow- ing number of days: (1) To open a covered "auto" because the (a) The number of days reasonably keys are locked inside the auto; or required to repair or replace the (2) To make a key for a covered "auto" be- covered "auto." If "loss" is cause the key has been lost or stolen. caused by theft, this number of No deductible applies days is added to the number of days it takes to locate the cov- 24. NON-OWNED TRAILER — INCREASED LOAD ered "auto" and return it to you; CAPACITY or The following is added to C. of SECTION I — (b) 30 days. COVERED AUTOS: (3) Our payment is limited to the lesser of Non-owned "trailers" with a load capacity of the following amounts: 5,000 pounds or less designed primarily for (a) Necessary and actual expenses travel on public roads incurred; or (b) $50 per day. 25. EXTENDED COVERAGE — BUSINESS (4) This coverage does not apply while PERSONAL PROPERTY AND PERSONAL there are spare or reserve "autos" EFFECTS available to you for your operations. Paragraph A.4 of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the fol- (5) If "loss" results from the total theft of a lowing: covered "auto" of the private passenger type, we will pay under this coverage Physical Damage Coverage on a covered "auto" only that amount of your rental reim- may be extended to "loss" to your "business bursement expenses which is not al- personal property" or "personal effects", not oth- ready provided for under the erwise covered in the policy or, if you are an PHYSICAL DAMAGE COVERAGE indvidual, the personal property of a family EXTENSION. member, that is in the covered "auto" at the time of"loss". The most we will pay for any one"loss" If Rental Reimbursement Coverage is already under this coverage extension is $500. on the policy at higher limits, then that coverage replaces, and is not added to, the coverage pro- SECTION V - DEFINITIONS is amended by vided above. adding the following: "Business Personal Property" and "Personal Ef- 27. TEMPORARY SUBSTITUTE PHYSICAL fects" means tangible property that is worn or DAMAGE carried by an "insured". It does not include Paragraph C. of SECTION I — COVERED tools,jewelry, money or securities. AUTOS is amended by the addition of the fol- lowing: 26. RENTAL REIMBURSEMENT COVERAGE If Physical Damage Coverage is provided by this SECTION III — PHYSICAL DAMAGE Coverage Form, the following type of vehicle is COVERAGE is amended by the addition of the also a covered "auto" for Physical Damage Cov- following: erage: (1) We will pay for rental reimbursement Any "auto" you do not own while used with the expenses incurred by you for the rental permission of its owner as a temporary substi- of an "auto" because of "loss" to a cov- tute for a covered "auto" you own that is out of ered "auto." Payment applies in addi- service because of its: tion to the otherwise applicable amount a. Breakdown of each coverage you have on a cov- b. Repair ered "auto." No deductibles apply to c. Servicing this coverage. 64 K290 0418 Includes Copyrighted materials by © ISO Properties, Inc. Page 5 of 7 INSURED COPY d. "Loss"; or B. Changes In Covered Autos Liability e. Destruction Coverage Any "auto" you do not own, hire or borrow is 28. TOWING AND LABOR COVERAGE a covered "auto" for Liability Coverage while Paragraph A.2. of SECTION III — PHYSICAL being used by any of your "executive offic- DAMAGE COVERAGE is replaced by the fol- ers", except: lowing: a. Any "auto" owned by that "executive We will pay up to $200 for towing and labor officer" or any"family member", or costs incurred each time a covered "auto" of the b. Any "auto" used by that "executive private passenger type or a truck of less than officer" while working in a business 20,000 pounds gross vehicle weight is disabled. of selling, servicing, repairing or However, the labor must be performed at the parking "autos". place of disablement. C. Changes In Auto Medical Payments and Uninsured and Underinsured Motorists 29. NEW AUTO REPLACEMENT Coverage In the event of a total loss to your"new" "auto" of The following is added to Who Is An In- the private passenger type or a truck of less sured: than 10,000 pounds gross vehicle weight to which this coverage applies, as show in the Dec- Any "executive officer" is "insured" while " larations, we will pay at your option: occupying" or while a pedestrian when be- ing struck by any "auto" you do not own ex- 1. The verifiable new "auto" purchase price of cept: your damaged auto, not including any insurance or warranties purchased; Any "auto" owned by that "executive" or by any"family member". 2. The purchase price, as negotiated by us, of a new "auto" of the same or similar make, model D. Changes In Physical Damage Coverage and equipment, not including any furnishing, Any private passenger type"auto" you do parts or equipment not installed by the manufac- not own, hire or borrow is a covered "auto" turer or manufacturer's dealership; while in the care, custody or control of any of This coverage is provided without deduction for your"executive officers" except: depreciation. (1) Any "auto" owned by that "executive of- CONDITIONS ficer" or any "family member". (2) Any "auto" owned by that "executive of- "NevV' means an "auto" in which you are the ficer" while working in a business of original owner and the "auto" has not been pre- selling, servicing, repairing or parking viously titled. "autos". Coverage under this endorsement shall be ap- E. Additional Definitions: plicable: As used in this endorsement: 1. for no more than 365 days from the date of "Executive officer" means a person holding purchase of the "auto" to which it applies, plus any of the officer positions created by your the remainder of the policy term in which the charter, constitution, by-laws or any other 365th day from purchase ends, and; similar governing document, and that per- 2. When the"auto" has less than 15,000 miles son's spouse, while a resident of the same All other provisions of this policy apply. household. "Family member" means a person related to 30. DRIVE OTHER CAR FOR EXECUTIVE the "executive officer" by blood, marriage or OFFICERS adoption who is a resident of the "executive A. This endorsement changes only those cov- officer's" household including a ward or foster erages where a premium is shown in the child. Schedule. F. The Insurance provided under this provision will be: 64 K290 0418 Includes Copyrighted materials by © ISO Properties, Inc. Page 6 of 7 INSURED COPY Equal to the broadest of those coverages af- forded any covered "auto", and Excess over any other collectible insurance. 64 K290 0418 Includes Copyrighted materials by © ISO Properties, Inc. Page 7 of 7 INSURED COPY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement, effected prior to the date your operations for that person or organization commenced,that such person or organization be added as an additional insured on your policy. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II —Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule above, but only with respect to liability caused, in whole or in part, by your operations performed for the additional insured(s), or premises owned by or rented to you. GO 2212—4YA 10-17 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 1 with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDED WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that is: 1. An owner of real or personal property on which you are performing operations, but only at the specific written request by that person or organization to you, and only if: a. That request is made prior to the date your operations for that person or organization commenced; and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker; or 2. A contractor on whose behalf you are performing operations, but only at the specific written request by that person or organization to you, and only if: a. That request is made prior to the date your operations for that person or organization commenced; and b. A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker. WAIVER OF SUBROGATION—If required by written contract or agreement,we waive any right of recovery we may have against any entity that is an additional insured shown in the Schedule above per the terms of this endorsement because of payments we make for injury or damage arising out of"your work"performed under a contract with that person or organization. All other terms and conditions remain unchanged. GO 0218—4YA 10-17 Includes Copyrighted Material of Insurance Services Office, Inc. Page 1 of 1 with its permission E. 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 insurance requirements of the Contractor before commencement of the work. F. 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. INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through WEDNESDAY DECEMBER 21, 2022 up to 1:30 PM as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington 98032. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following opening for the City of Kent project named: UPPER MILL CREEK BUILDING DEMOLITION The project consists of demolishing a vacant house and shed, importing fill and restoring the site. Please see the full scope of work in the appendix. The Engineer's estimated range for this project is $100,000 to $150,000. For questions, please email Bryan Higgins at BhigginsPkentwa.gov. The email Subject line should read "Upper Mill Creek building demo Bidder Inquiry." Bryan can be reached by phone at 253-856-5113. All questions must be received by 4:00 pm on December 14th,2022. Bidders may attend a Drop-in Pre-Bid site inspection opportunity at anytime between 10:00 AM and 12:00 PM on Monday, December 12, 2022, on site at 10028 SE 267th Street, Kent, WA 98030. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of Parks Planning and Development, City of Kent, Washington. Plans and specifications can be downloaded at no charge at KentWA.gov/Procurement. Copies of the WSDOT Standard Specifications are available for perusal only. 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. 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 of bid opening. Dated December 51h , 2022 BY: t� ��< Kimberley )omoto, City er4� Published in Daily Journal of Commerce on December 5, 2022 INFORMATION FOR BIDDERS • 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"). • 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. • 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. • 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. In such event. 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. o 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 the validity of Bidder's 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. • 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. • 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. • Successful bidder (Contractor) must obtain a valid City of Kent Business License prior to start of work. Visit https://www.kentwa.aov/pay-and-apply/apply-for-a-business- license for details and instructions. • 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 successful bidder, as 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. • No claim for delay shall be granted to the successful bidder, as the Contractor, due to its failure to submit the required documents to the City in accordance with this schedule. • The "Payment and Performance Bond" shall comply with Ch. 39.08 of the Revised Code of Washington, be in the form provided for in the bid packet, and be conditioned upon contractor's faithful performance of the work free of defects and the payment of all taxes and wages owed to laborers, mechanics, subcontractors, and material men. • 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. • Bidders 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. • Bidders shall refer to the insurance requirements in the bid packet, which constitute the insurance the successful bidder will be required to carry for this project. Submittal of a bid affirms a bidder's ability to maintain such insurance. • All bids must include the costs the successful bidder, as Contractor, will incur in timely performing the work while complying with all federal, state, and local job site requirements, including social distancing, sanitation measures, and required personal protective equipment for COVID-19 or any public health crisis which may occur before or during the work. Contractor shall not be excused for delay, and no change order will issue for increased costs or additional time, due to Contractor's requirement to meet COVID-19 or other public health mitigation measures established by any federal or state agency or official and required as of the date of bid opening. Should a federal or state agency or official impose subsequent mitigation measures that are not reasonably foreseeable, the parties agree to negotiate in good faith the impact those measures have on the contract work. BIDDER PACKET CONTENTS and BIDDER CHECKLIST The following checklist is a guideline to help the Contractor ensure 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 FORMS: PACKET COVER PAGE WITH BIDDER'S CONTACT INFORMATION :�EIIDDER BID BOND FORM i�CONTRACTOR COMPLIANCE STATEMENT DECLARATION OF NON-DISCRIMINATION POLICY And CITY OF KENT ADMINISTRATIVE POLICY 1.2 - Inclusive Contracting SUBCONTRACTOR LIST for Contracts over $100K (over 10% of work) IJSUBCONTRACTOR LIST for Contracts over $11M (HVAC, plumbing & electrical) S�,�UBCONTRACTOR LIST for Contracts over $1M (structural steel & rebar) V CONTRACTOR'S QUALIFICATION STATEMENT Include attachments if necessary; Notarize IDDER RESPONSIBILITY CRITERIA - Qualified Bidder —®�BIDDER RESPONSIBILITY CRITERIA - Compliant with Wage Statutes 4 C MBINED DECLARATION FORM - Non-Collusion and Minimum Wage PR POSAL WITH BID SCHEDULE Verify all calculations PROPOSAL SIGNATURE PAGE Acknowledge any addenda FORMS FOR USE UPON CONTRACT AWARD * Successful Bidder (Contractor) is bound to use of these forms. ❑ CONTRACT (Manual Section 1) FOR USE UPON AWARD NOTIFICATION ❑ PAYMENT AND PERFORMANCE BOND FORM (Manual Section 1) FOR USE UPON AWARD NOTIFICATION ❑ INSURANCE REQUIREMENTS (Manual Section 1) CONTRACTOR SHALL PROVIDE PROOF OF REQUIRED COVERAGE ❑ CHANGE ORDER (C.O.) FORM ❑ REQUEST FOR INFORMATION (RFI) FORM ❑ VENDOR SETUP FORM REQUIRED IF CONTRACTOR HAS NOT PREVIOUSLY WORKED FOR CITY OF KENT ❑ CITY OF KENT BUSINESS LICENSE - REQUIRED-PRI-OR MSTART OF WOR OBTAIN AT https://www.kentwa.gov/doing-business/city-taxes/business-licenses BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, S cocZ LSO as Principal, and N Jf$ , as Surety, are held and firmly bound unto the CITY OF KENT, as the Obligated, in the penal sum of $ 3 000 CC1Sh lets _fie'-V 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 Obligated shall make any award to the Principal for .UPPER MILL CREEK BUILDING DEMOLITION 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 Obligated 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 Obligated; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligated 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 Obligated, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS !� �_ DAY OF ecem6ef 20_22 Zal1c der oAlalola d PRINCIPAL 1A SURETY Received return of deposit in the sum of CAT E. , 20 KENT PARKS BIDDER FORMS PACE 1 CONTRACTOR COMPLIANCE STATEMENT (Presidential Executive Order #11246) This statement relates to a proposed contract with the City of Kent named ,UPPER MILL CREEK BUILDING DEMOLITION I am the undersigned bidder or prospective contractor. I represent that - I have Y 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. Vac.of.n UD NAME 6—�BIDMER a I J I DATE I Ld BY: '02/i� SIG A URE S)�MDer Kla Iola D PRINT Nffi4E $)1('eS I jtn'- - TITL. 2r� A W M, Su i e ADDRESS Arkin CITY, STATE ZIP (Note to Bidders: The information required in this Compliance Statement is informational only) KENT PARKS BIDDER FORMS PAGE 2 DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on' the basis of race, color, national origin); 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title N/I Of The Civil Rights Act Of 1964); 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement 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 Agreement I, 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 Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the KENT PARKS BIDDER FORMS PAGE 3 Regulations relative to non-discrimination, including those applicable to Federally-assisted programs of the U.S. Department of Transportation, State- assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor KENT PAP KS BIDDER FORMS PAGE 4 becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, KENT PARKS BIDDER FORMS PAGE 5 and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 8. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By: Fo r: S +ICD , t_,+,C) Title: �CSit��r1$ Date: KENT PARKS BIDDER FORMS PAGE 6 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non- Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator, and perform 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. KENT PARKS BIDDER FORMS PAGE 7 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: UPPER MILL CREEK BUILDING DEMOLITION Project Number: [Subject] 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: Subcontractor Name Item Numbers: BIDDER'S SIGNATURE KENT PARKS BIDDER FORMS PAGE 8 SUBCONTRACTOR LIST (Contracts over $1 Million) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: SV!ACor2, JJ D Project Name: UPPER MILL CREEK BUILDING DEMOLITION (Project Number: [Subject] 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, within one hour after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: 12 a t ,2d- Bidder' Signatu e Date KENT PARKS BIDDER FORMS PACE 9 SUBCONTRACTOR LIST (Contracts over $1 Million) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: LJO Project Name: UPPER MILL CREEK BUILDING DEMOLITION Project Number: (Subject] 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, within 48 hours after the published bid submittal time, 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. Structural Steel Installation Subcontractor Name: Rebar Installation Subcontractor Name: aa- Bidder's i ature Date KENTPARKS BIDDER FORMS PAGE 10 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for UPPER MILL CREEK BUILDING DEMOLITION 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. KENT PARKS BIDDER FORMS PAGE 11 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 ITS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITIIJ 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. BIDDER NAME: '1L Cvr L� NAME OF PRINCIPAL: 1 r Q 0. PHYSICAL ADDRESS OF PRIMARY OFFICE: S}6 NW P%Vf, sw+c � PC r i �"DY1 U� gpal?5 MAILING ADDRESS: Same PRIMARY PHONE: �R� 6 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. Slcy4vL* 9470P 1.2 Provide your current state unified business identifier number. �063 -077-77-/ 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. Z10-y7(,-o® 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 KENT PARKS BIDDER FORMS PAGE 12 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). *Form included with Bidder's Package.51«!l�wG`dw�,j�r �1'"'� 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. *Form included with Bidder's Package. ule, -111 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. &rviI11— 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? i0 36ms 2.2 How many years has your organization been in business under its present business name? �@ 9MV5 2.2.1 Under what other or former names has your organization operated? t4ilk 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 03-xib 2.3.2 State of incorporation: Wacht +DA 2.3.3 President's name: SY,#ir dNa a I 2.3.4 Vice-president's name(s):is 2.3.5 Secretary's name:s® 2.3.6 Treasurer's name: Q/ 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: IVIA 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: JVJA KENT PARKS BIDDER FORMS PAGE 13 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: A/1A 3. L.ICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable.sV-1coL 0 (69q ®D 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. J r,401 lion %ro( 'gnvivomenta 1 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? PO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? Al 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.) 00 CVV +s S 4.4 On a separate sheet, list major construction projects your organization has in425 3$g-s06 progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. �duv-- , Y016 Po,iv►e Field l Snohom sh C'omil Aivport- - pew+o $ Raafor-4�on Aojt�F. c,"0 4im�-Oct 3oTM 4.4.1 State total worth of work in progress and under contract: 200K 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.C,'fy or trek-' - Br O.Vt 14111+ns - F� c�-v►+rwaq�►� r11,Q$i�0� pvot-eC$ S, 201 r,I L,/7,I6121i 22. - FOK - 200k R--vw1;%1 4.5.1 State average annual amount of construction work performed during the past five years: a,.,-l 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization.5►N1.r w""1 IsVr.-S 4.7 On a separate sheet, list your major equipment. knivators, Denbo iyeLcien, g10t olumP , ef'L KENTPARKS BIDDER FORMS PAGE 14 5. QUALIFIED BY EXPERIENCE AND CERTIFICATION This section not used for demolition projects. �,4/ By submitting a Bid, Bidder affirms its work will be performed in accordance with the Kent Parks Special Provisions and it either possesses, or will retain subcontractors who possess, the technical certifications required for the particular work identified therein. 6. REFERENCES: On a separate piece of paper, please provide the following reference information. 6.1 Municipal or Public Agency References: Five (5) references for work performed for a municipal or other public agency. In providing references, please provide the following information for each: 6.1.1 Agency name; 6.1.2 Agency address (including city, state, and zip code); 6.1.3 Name and phone number for a contact at the agency; 6.1.4 Name of project; 6.1.5 Briefly describe the project's scope; and 6.1.5 Contract amount (approximately). 6.2 Trade References: 6.3 Bank References: 6.4 Surety: 6.4.1 Name of bonding company: 6.4.2 Name and address of agent: 7. FINANCING 7.1 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. 7.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: KENT PARKS BIDDER FORMS PAGE 1S 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). 7.1.2 Name and address of firm preparing attached financial statement, and date thereof: 7.1.3 Is the attached financial statement for the identical organization named on page one? 7.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 7.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? KENT PARKS BIDDER FORMS PAGE 16 8. SIGNATURE 8.1 Dated this day of 20 Name of Organization: Signed By: Name: Title: 8.2 _ being duly sworn, states 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: I KENT PARKS BIDDER FORMS PAGE 1.7 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified UPPER MILL CREEK BUILDING DEMOLITION This statement is required by state law (RCW 39.04.350(1)(d)) 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 (12/5/2022), 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 B�ness Na Signature fff Authoriz d Official* j1LHker VJato6 t Printed Name t)res iolen t- Tim ,li n0ab n 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. KENT PARKS BIDDER FORMS PAGE 18 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: UPPER MILL CREEK BUILDING DEMOLITION 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 (12/5/2022), 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. S`�U7��► LSD _ Bidder's B�sin ss Na e Signafur4 of Authori ed Official* ��r glad Printed Nd4ne ' S.iC��n�- Title 1 (20 & R �1 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. KENT PARKS BIDDER FORMS PAGE 19 CITY OF KENT COMBINED DECLARATION FORM: 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. 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 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. UPPER MILL CREEK BUILDING DEMOLITION NAME OF PROJECT NAME BIDDER'S FIRM SIGNATURE ❑F AUTAO IZED REPRE NTATIVE OF BIDDER KENT PARKS BIDDER FORMS PAGE 20 PROPOSAL To the City Clerk City Hall City of Kent, Washington 98032 The undersigned hereby certifies that S"Corp, L-,T-- has examined the job site and construction det ils of the work as outlined on the plans and described in the special provisions and specifications for the project named UPPER MILL CREEK BUILDING DEMOLITION for the City of Kent, Washington, and has read and thoroughly understands the plans, special provisions 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 plans, Kent Parks Special Provisions, Kent Special Provisions, Kent Standard Plans or WSDOT Standard 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 (*). KENT PARKS BIDDER FORMS PAGE 21 BID SCHEDULE: UPPER MILL CREEK BUILDING DEMOLITION Include all labor, materials, equipment and overhead necessary to complete each stern. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID. Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). DO NOT INCLUDE TAX IN THE UNIT PRICES. All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. I !Item Bid Price Tota I Mum No. Item Quantity Unit Per Unit Amount f 1 i Complete Residence Demo 1 LS 2� 1 9ov 0 N 29,900 2 Gravel Borrow — including haul and 450 ton Per Ton o0 compaction 27,00 �21 /5-0 3 Top Soil- including haul and S0 Per { spreading cubic 00 yards yard .3$.00 6700 � 4 Hydro Seeding 1 LS V000° 0 0 1 � t�F1o0 5 6 I KENT PARKS BIDDER FORMS PAGE 22 The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: 44�alDATE:' (Signature) By: St 192r w-g idot 9 Title: cxesidan (Print Name) Company Name: Address: C2-b �j Li Sup 4 I City/State/Zip: Phone: 3�a- 26 r @q$q KENT PARKS BIDDER FORMS PAGE 23 PROPOSAL SIGNATURE PAGE PROJECT: UPPER MILL CREEK BUILDING DEMOLITION The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed and agrees to complete the Contract within 60 working days* (*defined as Monday through Friday) 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, acknowledges and accepts the provisions contained within the "Information for Bidders" section of the bid packet, and agrees 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: aI 1516�cor� , t.rD NAME OF DDER Signat re of A horized Representative Sy,n le'r watA a k Print Name QLy n iolen(- Title 5�to ku AVM ik C, * I I Physical Business Address —Artinatr, wn 9baa3 City, State ZIP KENT PARKS BIDDER FORMS PAGE 24 Department of Labor and Industries SKYCORP LTD PO Box 44450 Olympia, WA 98504-4450 Reg: CC SKYCOL*899DD UBI: 603-077-334 Registered as provided by Law as: Construction Contractor (CCO 1) - GENERAL 477 SKYCORP LTD Effective Date: 3/4/2011 526 NW AVE SUITE l l Expiration Date: 3/6/2023 ARLINGTON WA 98223 a1- This Chance Order form is for example purposes only. By submittinc a bid, the bidder acrees to be bound by the terms of this Chance Order form for any chances to the proiect should it be awarded the contract. 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 $ KENT PARKS BIDDER FORMS PAGE 25 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change Order working 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: KENT PARKS BIDDER FORMS PAGE 26 This Reauest for Information Form is for example purposes only. By submitting a bid, the bidder agrees to use this form to reauest information in accordance with the Kent Parks Special Provisions, should the Bidder be awarded the contract. 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) KENT PARKS BIDDER FORMS PAGE 27 © New Vendor Vendor Set-up Form Address Change E T WA5�I�Grov To be fired out by Vendor ONLY Vendor Number 220 Fourth Avenue South•Kent,WA 98032-5895•Phone: 253-856-5200•CustomerService@KentWA.gov Name,as it will appear on check [NOABBREVIAHONS) Doing Business As(If different than name on checky Payment Address Business Address City State Zip City State Zip Phone Number Accounts Receivable Contact ■ (check the appropriate box) ❑ Individual proprietor or single-member LLC ❑ C corporation ❑ 5 corporation ❑ Partnership ❑ Trust/Estate ❑ Limited Iiabiiity company:Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) Note:For a single-member LLC that is disregarded,do not check LLC,check the appropriate box in the line above for the tax classification of the single-member owner. This business is 11 Minority Owned ❑Women Owned ❑ Both Minority and Women Owned ❑ Neither Will you provide medical services to the City of Kent? .................................................................................... ❑Yes ❑No Will you provide legal services to the City of Kent? .......................................................................................... ❑Yes ❑No Will you provide services other than medical or legal to the City of(Lent?.............................................. ❑Yes ❑No Will you provide parts,supplies or materials to the City of Kent? ......................_.-................................... ❑Yes ❑No Do you pay sales tax to the State of Washington? ................................................ .. .. ............................ ❑Yes ❑No if exempt from Form 1099 reporting, and check your qualifying exemption reason below: ❑ l. Corporation,except there is no exemption for medical and healthcare payments or payments for legal services ❑ 2. Tax Exempt Charity under 501(a),or IRA ❑ I The United States or any of its agencies or instrumentalities ❑ 4. A state,the District of Columbia,a possession of the United States,or any of their political subdivisions © 5. A foreign government or any of its political subdivisions Name(Owner of the Tax Payer Identification Number(EIN or SSN)as name appears on IRS or Social Security Administration Records): Social Security#: or Federal TIN: Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me)and, 2. I am not subject to backup withholding because: (a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report al I interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding. WSignature - Date f6aW17395 5 17 KENT PARKS BIDDER FORMS PAGE 28 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT PARKS SPECIAL PROVISIONS UPPER MILL CREEK BUILDING DEMOLITION KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 11 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK KENT PARKS SPECIAL PROVISIONS The Kent Parks Special Provisions ("Parks Special Provisions") modify and supersede any conflicting provisions prepared by the City of Kent Public Works Department, including all subsequent amendments, and the current Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Unless the context clearly intends otherwise, references to "Specifications" or "Technical Specifications" is intended to refer to these Kent Parks Special Provisions. All references in these Kent Parks Special Provisions to the Contracting Agency and Engineer, shall be revised to include the City and/or City Representative, except for references to State statutes or regulations. These Kent Parks Special Provisions are a part of the contract documents. SECTION 01 11 00 — SUMMARY OF WORK PART 1 GENERAL 1.01 SUMMARY A. This section of the Parks Special Provisions describes construction-related activities that will occur at the Project site and is part of the Scope of Work included in the Contract Documents. In addition, the "Contract Documents" include the Contract, the Project Manual and its identified contents, Project drawings and plans, and these Parks Special Provisions. 1.02 SCOPE OF WORK A. This Contract includes work which is described below. The descriptions provided summarize the work and may not include specific reference to all work required to complete the Contract. The Base Bid shall include all labor, materials and equipment required to complete the work as shown in the drawings and specified herein. 1. The Project Scope of Work includes but is not limited to the following areas. See the identified Division Sections of these Specifications for details. a. 01 11 00 Summary of Work b. 01 25 00 Substitutions C. 01 26 13 Requests for Information d. 01 2663 Change Orders e. 01 29 00 Payment Procedures f. 01 31 00 Project Management and Coordination g. 01 33 00 Submittals h. 01 35 00 Special Procedures KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 11 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK i. 01 35 29 Health, Safety and Emergency Response Procedures j. 01 45 00 Quality Control k. 01 52 00 Construction Facilities I. 01 56 26 Temporary Fencing m. 01 73 23 Field Engineering n. 01 73 29 Cutting and Patching o. 01 74 19 Construction Waste Management and Disposal p. 01 74 23 Final Cleaning q. 01 77 00 Close Out Procedures B. The Contractor shall provide all items, articles, materials, operations or methods listed, noted or scheduled in the Project Manual, these Specifications, and the Project drawings, including all labor, equipment and incidentals necessary and required for proper and timely completion of the work. The Contractor shall use new materials unless specifically noted or directed. C. All changes in Scope of Work shall be executed on the City's Change Order Form shown in the Bidder's Package referenced in Section 01 26 63. 1.03 CONTRACTS A. There will be one Contract for the Project which includes all work described in the Project Manual, the Parks Special Provisions, and the Project drawings and plans. 1.04 COPIES FURNISHED A. The Contractor shall be furnished one (1) copy of the Project Manual including the Parks Special Provisions, and the Project drawings and plans without charge. PDF copies can be obtained at no charge. 1.05 WORK UNDER OTHER CONTRACTS A. The City reserves the right to contract for other work or to conduct work with its own forces should the need arise. B. Contractor must cooperate fully with separate contractors or the City's forces performing work at or near the Project site and carry out its work under this Project in a way that minimizes interference and delay for all forces involved. 1.06 ORDERING LONG LEAD EQUIPMENT/MATERIALS A. The Contractor shall schedule and prioritize the ordering and delivery of material as required to ensure the work can be completed within the contract duration. The Contractor will produce a schedule for all long lead items that shows anticipated date for their order and arrival on the Project Site. 1.07 EXISTING SITE CONDITIONS KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 11 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK A. The Contractor shall meet with the City Project Manager on the Project site prior to the start of construction. The purpose of this meeting shall be to review and document the existing site conditions of the Project site and immediate vicinity. Areas outside of the scope of work of the contract such as driveways, curbs, sidewalks, landscape elements, lawns, signs, utility boxes and all other related improvements shall be documented by the Contractor with digital photos and a written description of existing conditions. This record will be submitted to the City Project Manager for acceptance and agreement. B. Should damage occur to existing improvements as a result of the work's execution, the Contractor agrees to repair or replace the improvement at the Contractor's expense as described by the City of Kent's 2009 Design and Construction Standards Manual and/or the City of Kent's Parks and Recreation Design Standards, as applicable. 1.08 CONTRACTOR USE OF PROJECT SITE A. Work shall comply with City of Kent permitted work hours. Permitted work hours are between 7 a.m. and 7 p.m. Work will not be allowed on Saturdays, Sundays, or federal holidays without prior approval. The Contractor shall plan and schedule work to allow time for notifications, approvals, reviews and other conditions of the Contract. B. The City Project Manager will coordinate the issuing of keys. All keys must be returned to the City Project Manager at completion. No contract retainage will be paid until all keys are returned. Charges for unreturned/lost keys shall be based on the actual costs necessary to re-key the affected locks. C. Limited use of the Project Site is granted to work in areas indicated and only when work is occurring. Confine operations to areas within contract limits indicated. Do not disturb portions of the Project Site beyond the areas in which the work is indicated. Use of the Project Site does not cover use of adjacent right of ways or public or private property except as noted. Consult local jurisdictions or landowners where use of property under their control is considered necessary and conform to their requirements for use thereof. The Contractor and subcontractors will be allowed on site only during their working periods. The Contractor shall access the Project Site using the designated access and comply with the requirements below: 1. Parking a. Use available parking on site as designated by the City Project Manager. b. Keep all fire lanes clear. C. Store no materials in parking area unless indicated in Project Manual and Drawings. d. Do not store or place any material in ADA parking stalls. e. Parking is not allowed within the critical root zone of any tree or on any park lawn. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 11 00 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK 2. The Contractor shall prepare a staging plan to show locations of materials, trailers and fencing within the Project Site. This plan must be approved by the City Project Manager and becomes a part of the Contract Documents. Contractor's use of the Project Site shall be limited to purposes directly related to the construction of this Project. D. Contractor's additional responsibilities while using the Project Site may include, as determined by the City's Project Manager during the preconstruction or weekly construction meetings: 1. Maintaining pedestrian and vehicular access to and around existing facilities. 2. Not unreasonably encumbering the site with materials and equipment. 3. Keeping roads and parking lots clear of dirt and debris. 4. Obtaining and paying for additional storage or work areas as needed. 1.09 STORAGE AND PROTECTION OF MATERIALS, PRODUCTS, AND EQUIPMENT A. The Contractor's responsibilities for storage and protection of materials, products, and equipment shall include: 1. Use of the designated staging location on the Project Site for storage of materials, products and equipment under reasonable security measures as the contractor determines necessary. The contractor assumes responsibility for security of the staging location and the City will not be responsible for any missing, damaged, vandalized or stolen materials, products, or equipment. 2. Store products in accordance with manufacturer's instructions. 3. Store products subject to damage by the elements in weather tight enclosures. 4. Maintain temperature and humidity within the ranges required by manufacturer instructions. 5. Storage of hazardous materials and wastes shall be in accordance with local, state and federal codes. B. Exterior Storage 1. Store fabricated products above ground. Store on blocking to prevent staining or soiling of products. Cover products that are subject to deterioration with impervious coverings and provide adequate ventilation to avoid condensation. 2. Store loose granular materials in well drained areas on a solid surface. Employ methods to avoid run off. Protect all surface drains with an insert sock to prevent material from washing down drain. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 11 00 PAGE 5 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 11 00 SUMMARY OF WORK 3. Do not store materials for other Projects on site. 4. Stockpile materials and equipment only on approved areas of the site. Stockpile areas may not endanger or inhibit the public users of the site, outside the work area, in any way. 1.10 SALVAGED MATERIALS A. Contractor shall salvage only those items that are noted in the Contract Documents and identified for salvage, or as otherwise directed by the City. The City retains first right of refusal to salvage all materials, equipment, and/or products identified or not identified in the Contract Documents that are affected as part of the work. 1.11 DISPOSAL OF DEBRIS A. The Contractor is responsible for the disposal of all debris resulting from the work, unless specifically allocated to another scope of work. This includes scheduling, containers, trucks, etc. Contractor is responsible for the awareness of, understanding of and compliance with all local, state and federal regulations regarding the disposal of any hazardous and non-hazardous wastes. 1.12 OCCUPANCY REQUIREMENTS A. The City reserves the right to occupy and to place and install equipment in completed areas of the Project prior to Substantial Completion. Such placing of equipment and partial occupancy does not constitute Substantial Completion or acceptance of the work. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 11 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 11 00 PAGE 6 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 25 00 SUBSTITUTIONS SECTION 01 25 00 - Substitutions PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and Kent Parks Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract. 1.03 DEFINITIONS A. Definitions used in this Section are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Requests for changes in products, materials, equipment, and methods of construction required by the Contract Documents and proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Revisions to Contract Documents requested by the City or its Engineer. 2. Specified options of products and construction methods included in the Contract Documents. 3. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.04 SUBMITTALS A. Due to the short duration of the bid period, Substitution Requests will not be considered during the bid. B. Requests for substitution may be considered or rejected at the sole discretion of the City. C. Submit two copies of each request for substitution for consideration. Submit requests with procedures required for Change Order proposals. D. Identify the product, or the fabrication or installation method to be replaced in each request; include the related specification section and drawings; provide complete documentation showing compliance with the requirements for substitutions; and provide the following information, as appropriate: KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 25 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 25 00 SUBSTITUTIONS 1. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. 2. Samples, where applicable or requested. 3. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. 1.05 Within one week of receipt of the request for substitution, the City's Representative will request any additional information or documentation necessary for evaluation of the request. 1.06 Within 2 weeks of receipt of the request, or one week of receipt of the additional information or documentation, whichever is later, the City's Representative will notify the Contractor of acceptance or rejection of the proposed substitution. 1.07 If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. Acceptance will be in the form of a Change Order. PART 2 PRODUCTS 2.01 SUBSTITUTIONS A. The Contractor's substitution request will be received and considered by the City's Representative when the substitution is in the best interests of the City, as determined by the City, and when one or more of the following conditions are satisfied, as determined by the City's Representative; otherwise requests will be returned without action except to record noncompliance with these requirements: 1. Proposed changes must be in keeping with the general intent of the Contract Documents. The request must be timely, fully documented and properly submitted. 2. Extensive revisions to Contract Documents must not be required. The request is directly related to an "or equal" or similar clause or similar language in the Contract Documents. 3. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. Written documentation of such unavailability and the cause shall be provided on the original manufacturer's, fabricator's or supplier's letterhead with a signature and contact telephone number for the company. Documentation only by the Contractor, sub-contractor, local sales representative or distributor is not acceptable. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 25 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 25 00 SUBSTITUTIONS 4. The specified product or method of construction cannot receive necessary approval by a governing authority; meet governing codes, ordinances, laws, utility standards or insurance requirements, and the requested substitution can be approved. 5. A substantial advantage is offered the City, in terms of cost, time, or other considerations of merit, after deducting offsetting responsibilities the City may be required to bear. Additional responsibilities for the City may include additional compensation to the City's Representative for redesign and evaluation services, increased cost of maintenance or other construction by the City or separate Contractors, and similar considerations. 6. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 7. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 8. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provides the required warranty. 9. The manufacturer, fabricator or supplier of the specified product is unable or unwilling to certify or guarantee the performance of specified product/ system as specified or the specified product fails UL, ICBO, ASTM or similar standard certification testing required by the specifications. 2.02 The Contractor's submittal and City's Representative's acceptance of shop drawings, product data or samples that relate to construction activities that do not comply with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 EXECUTION Not Applicable END OF SECTION 01 25 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 25 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 26 13 REQUESTS FOR INFORMATION SECTION 01 26 13 - REQUESTS FOR INFORMATION PART 1 GENERAL 1.01 SUMMARY A. This section describes the procedural requirement for submitting a Request For Information (RFI). 1.02 REQUEST FOR INFORMATION PROCEDURE A. The Contractor shall submit an RFI to the City's Representative and Project Manager any time clarification is needed or discrepancies exist in the Project Manual and Drawings. 1. The Contractor shall use the provided City form. 2. The Contractor shall submit the RFI at the earliest possible time when any questions arise related to the Project Manual and Drawings. 3. The Contractor shall describe in enough detail the nature of the clarification needed and note the related specification section and Project drawing page. RFI's lacking sufficient detail will be returned to the contractor without action. 4. If the Contractor performs any construction activity and the Contractor knows or reasonably should have known that any of the Contract Documents contain a conflict, error, inconsistency, or omission, the Contractor will be responsible for the performance and bear the cost of correction. 5. The Contractor should allow up to 10 days for a response. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 26 13 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 26 13 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 26 63 CHANGE ORDERS SECTION 01 26 63 - CHANGE ORDERS PART 1 GENERAL 1.01 SUMMARY A. This Section includes the administrative and procedural requirements for executing a change in the work. 1.02 CHANGE ORDER PROCEDURES A. City's Representative or City Project Manager Changes: Changes may be initiated by the City's Representative or the City's Project Manager. Any such change request is for information and pricing only, and is not an instruction to execute the change, nor to stop work in progress unless issued as a Field Order. A field order results when time is of the essence or an emergency condition exists. In such event, the City Representative or the City's Project Manager may issue a field order directly ordering a change to the work. In such event, Contractor will submit via email a brief written statement describing the problem and solution with a "not-to-exceed" price to the City Project Manager and the City Representative. All Field Orders shall be followed by a Change Order Proposal form completed by the Contractor within 5 working days. Supplementary drawings and specifications will be provided if required. Contractor shall provide a proposal that includes all information listed in "C" below. B. Contractor Change Order Proposal: Changes may be initiated by the Contractor by submitting a Change Order Proposal to the City's Representative and the City's Project Manager. Contractor is bound to use of the City's Change Order Proposal form shown in the Bidder's Package C. For all Change Order Proposals, use the provided form and include all information listed below. 1. Description of proposed changes. 2. Related RFI. 3. Reason for making changes and a statement of why proposed work is not covered in the Contract Documents. 4. A specific period of time during which the requested price will be considered valid. 5. Effect on contract sum and contract time. 6. Documentation supporting any change in contract sum or contract time, as appropriate. D. Contractor shall provide all back up pricing documentation for a Change Order Proposal to include the following. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 26 63 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 26 63 CHANGE ORDERS 1. General Contractor Breakdown Summary. 2. Subcontractors Breakdown Summary. 3. Cost Estimate Detail Sheet. 4. All other supporting documentation as required to substantiate the requested costs such as invoices for rental equipment, freight cost, etc. 5. Total cost and time shall be brought forward to the Change Order Proposal form and signed and dated by Contractor. 1.03 CHANGE ORDER AUTHORIZATION A. Any work completed on a Change Order Proposal, prior to having a fully signed Change Order from the City will be at the Contractor's sole risk. B. No Change Order Proposal will be processed for acceptance and payment after contract expiration. C. Upon signature and execution by the City, the Change Order Proposal becomes a Change Order altering the contract time and contract sum, as indicated. D. Contractor may request payment for the work only against an approved Change Order. E. If either the City's Representative or the City's Project Manager disapproves the Change Order Proposal, the reason for disapproval will be stated. 1.04 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Application of Payment forms shall record each Change Order as a separate item of work. Do not include a Change Order on the applications until the fully executed Change Order is received from the City with the adjusted contract sum. B. The Construction Schedule shall be revised to reflect any agreed changes in contract time. C. Upon completion of Change Order work, enter pertinent modifications in Project Record As-Built documents. PART 2 — PRODUCTS Not Applicable PART 3 - EXECUTION Not Applicable KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 26 63 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 26 63 CHANGE ORDERS END OF SECTION 01 26 63 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 26 63 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES SECTION 01 29 00 - PAYMENT PROCEDURES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and Kent Parks Special Provisions, 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 1.03 SCHEDULE OF VALUES A. 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 as provided for in section 1.03. 2. Submit the Schedule of Values to the City's Project Manager no later than 15 calendar days after the date of award or prior to the pre-construction meeting, whichever comes first. B. The format and content of the Schedule of Values shall be approved by the City's Project Manager and the City's Representative. Provide at least one line-item for each specification section and each logically distinct area of work. Include the following Project identification information on the Schedule of Values: 1. Project name and location 2. City's Name (City's 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. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 29 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES 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 Project Manager or 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's Representative and/or the City's Project Manager. B. For each progress payment cycle, the City's Project Manager, City's Representative 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. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 29 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES C. The date for each progress payment will be scheduled approximately on a monthly basis. 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. Complete every entry on the form. Include execution by a person authorized to sign legal documents on behalf of the Contractor. The City's Project Manager or City's Representative 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. E. Submit one signed original copy of each Application for Payment to the City Project Manager. All copies shall be complete, including waivers of lien and similar attachments. F. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the City Project Manager. G. Administrative actions and submittals that must precede or be submitted to the City's Representative and City Project Manager 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. Copies of any building permits, authorizations and licenses to be obtained by the Contractor from governing authorities for performance of the work. 8. Certificates of insurance and insurance policies not previously required or filed. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 29 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 29 00 PAYMENT PROCEDURES 9. Intent to Pay Prevailing Wages filed with and approved by WA Labor & Industries. H. Allow up to 30 days for approval of an Application of Payment 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. I. Administrative actions and documentation that must precede or be submitted to the City Project Manager prior to the final Application for Payment include the following. Failure to complete and/or provide 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. Property survey if required by Contract Documents. 3. Removal of temporary facilities and services. 4. Removal of surplus materials, rubbish, and similar elements; 5. Project Permit Drawings and related documents including copies of the signed off permit sheets. 6. Affidavit of Prevailing Wages Paid filed with and approved by WA Department of Labor & Industries. 7. All final submittals shall be submitted at the same time. Partial submittals will not be processed. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 29 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 29 00 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION SECTION 01 31 00 - PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and Kent Parks Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section contains administrative and supervisory requirements necessary for coordinating construction operations, including but not limited to: 1. General Project coordination procedures. 2. Pre-construction conferences. 3. Pre-installation conferences. 4. Progress meetings. 1.03 RECORDING A. The City has the right to record all events and actions related to the work by the most convenient means necessary. Such recording may include, but is not limited to, the electronic collection of voice and images by digital cameras and recorders. Such recording may occur at any time and at any location where work, including component storage, manufacture or fabrication, or meetings related to the Project are occurring, on or off the site. This right shall be included in all subcontractor and supplier agreements with the Contractor. 1.04 GENERAL PROJECT COORDINATION PROCEDURES A. Coordinate construction operations included in the various sections of these Specifications and in other Contract Documents to assure efficient and orderly installation of each part of the work. Effectively coordinate construction operations under different sections that are dependent upon each other for proper installation, connection and operation. B. Schedule construction operations in the sequence required to obtain the best results where installation of one part of the work depends on installation of other components before or after its own installation. C. Coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. D. Make provisions to accommodate items scheduled for later installation. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 31 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION E. At all times that work is underway the Contractor's superintendent or a fully knowledgeable and qualified foreman shall be on the Project site to assure proper coordination of the work. F. Require the installer of each major component to inspect both the substrate and conditions under which work is to be performed. Work should not proceed until unsatisfactory conditions have been corrected in an acceptable manner. G. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. H. Clean and protect construction in progress and adjoining materials in place during handling and installation. Apply protective covering where required to assure protection from damage or deterioration until Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. J. Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging or otherwise deleterious exposure during the construction period. K. Where necessary, prepare memoranda outlining special procedures required for coordination, and distribute to the City or the City's Representative, the City's Project Manager, all Contractors and any other involved parties. Include such items as required notices, reports and meeting attendance. 1.05 ADMINISTRATIVE PROCEDURES A. Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the work. Such administrative activities include but are not limited to: 1. Preparation of schedules. 2. Delivery and processing of submittals. 3. Progress meetings. 4. Requests for Information. 5. Architects Supplemental Instructions. 6. Change Order Proposal. 7. Change Order. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 31 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PR03ECT MANAGEMENT AND COORDINATION 8. All inspections. 9. Project closeout activities. 1.06 PRE-CONSTRUCTION CONFERENCE A. The City will schedule a pre-construction conference before the start of construction at a time convenient to the City Project Manager, Contractor and City's Representative, but no later than 15 days after execution of the contract or unless otherwise agreed upon. The conference will be held at the Project Site or other convenient location. The meeting shall be conducted to review responsibilities and personnel assignments. B. The City Project Manager, City's Representative, the Contractor and its superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to make decisions relating to the work. C. Agenda shall include items of significance that could affect progress, including but not limited to: 1. Outstanding contract issues, if any, to include the contract, bonds, insurance or other requirements. 2. Designation of responsible personnel to include City's Representative; City Project Manager; Contractor's City Project Manager and superintendent; major sub- contractors and City's on-site staff/ occupant representative. 3. Tentative construction schedule. 4. Critical work sequencing. 5. Long lead items. 6. Review of concurrent work by City or others. 7. Status of outstanding permits. 8. Coordination issues relative to on-going City occupancy and site use, if any. 9. Coordination issues relative to maintaining good neighborhood relations and achieving noise, storm water run-off and dust control. 10. Procedures and routing of communications for processing Field Orders and Change Orders. 11. Procedures and routing of communications for processing Applications for Payment. 12. Distribution of Contract Documents. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 31 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION 13. Procedures and routing of communications for Shop Drawings, product data and samples. 14. Special inspections, testing and quality control. 15. Preparation of record documents including daily logs. 16. Use of the Project Site. 17. Establishment of regular progress meeting schedule. 18. Site access and parking availability. 19. On-site office, work and storage areas. 20. Equipment deliveries and priorities. 21. Safety procedures. 22. Security. 23. Housekeeping and sanitary facilities. 24. Working hours. 25. Review of Contract Documents and outstanding questions related thereto. 26. Review of City-furnished items. 1.07 PRE-INSTALLATION CONFERENCE A. Conduct a pre-installation conference at the Project Site before each construction activity that requires coordination with any other construction activity. B. The representatives of manufacturers, sub-contractors, Contractor, City Project Manager, City's Representative, and any special inspector involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. C. Review the progress of other construction activities and preparations for the particular activity under consideration at each pre-installation conference, including but not limited to requirements for: 1. Contract Documents 2. Deliveries 3. Shop Drawings, product data and quality-control samples 4. Possible conflicts KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 31 00 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PR03ECT MANAGEMENT AND COORDINATION 5. Time schedules 6. Weather limitations 7. Manufacturer's recommendations 8. Acceptability of substrates 9. Temporary facilities 10. Space and access limitations 11. Safety 12. Inspecting and testing requirements 13. Protection D. Meetings shall be held on-site. The City's Representative or City Project Manager will record significant discussions, agreements and disagreements of each conference, and the approved schedule. Distribute the record of the meeting to all attendees including the City Project Manager, within 2 days. E. Do not proceed with the installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of work and reconvene the conference at the earliest feasible date. 1.08 PROGRESS MEETINGS A. Attend progress meetings at the Project Site on a weekly basis. The schedule of the meetings shall be established by mutual consent of the City, City's Representative and Contractor. No changes to this schedule shall be made without mutual consent of all parties. The progress meetings will be conducted by the City's Representative with participation by the Contractor. Meeting agenda and meeting minutes will be documented and distributed by the City's Representative. The Contractor is required to provide timely and accurate information to the City's Representative, including but not limited to items listed in 1.08 F below. B. The City Project Manager, City's Representative, each subcontractor, supplier, special inspector or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with the Project and authorized to make decisions relating to the work. C. Agenda shall include review and correction or approval minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 31 00 PAGE 5 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PR03ECT MANAGEMENT AND COORDINATION D. Review construction progress since the last meeting. Distribute Contractor's next 3 weeks' projected schedule. Determine whether each activity is on time, ahead of or behind the Contractor's Construction Schedule. Determine how construction behind schedule will be expedited. Secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the contract time frame. E. Review unresolved issues previously discussed or reported (Old Business). F. Review the present and future needs (New Business) of each Party present including but not limited to: 1. Time 2. Sequences 3. Status of submittals 4. Status of Requests for Information 5. Deliveries 6. Architect's Supplemental Instructions 7. Off-site fabrication and/or delivery problems 8. Access 9. Site utilization 10. Temporary facilities and services 11. Hours of work 12. Hazards and risks 13. Housekeeping 14. Quality and work standards 15. Consultants Field Reports 16. Status of Field Directives and Change Orders 17. Documentation of information for payment requests 18. Problems from or affecting Occupants 19. Problems from or affecting Neighbors KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 31 00 PAGE 6 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION G. The City's Representative shall, no later than 7 days after each meeting, distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. H. Contractor shall revise the Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule in advance of the next meeting. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 31 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 31 00 PAGE 7 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS SECTION 01 33 00 - SUBMITTALS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Conditions and Kent Parks Special Provisions, apply to this Section. 1.02 SUMMARY: A. This Section specifies administrative and procedural requirements necessary for submittals including but not limited to the following: 1. Submittal Schedule 2. Shop Drawings 3. Product Data 4. Samples 5. Quality Control Submittals 6. Administrative Submittals B. The Submittal Schedule shall document the Contractor's planning for the timely execution of the Work, in accordance with the contract and submittal requirements set forth in this Section. C. Shop Drawings include but are not limited to the following: (Note: standard information prepared without specific reference to the Project is not Shop Drawings). 1. Fabrication drawings 2. Installation drawings 3. Setting diagrams 4. Shop work manufacturing instructions 5. Templates and patterns 6. Schedules D. Product Data include but are not limited to the following: 1. Manufacturer's product data 2. Manufacturer's installation instructions KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 33 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS 3. Standard color charts 4. Catalogue cuts 5. Roughing-in diagrams and templates 6. Standard wiring diagrams 7. Printed performance curves 8. Operational range diagrams 9. Mill reports 10. Standard product operating and maintenance manuals E. Samples include but are not limited to the following: 1. Partial sections of manufactured or fabricated components 2. Small cuts or containers of materials 3. Complete units of repetitively used materials 4. Swatches showing color, texture, and pattern 5. Color range sets 6. Components used for independent inspection and testing a. Field samples are full-size physical examples erected on-site to illustrate finishes, coatings, or finish materials. Field samples will be maintained on site for the duration of the Project and will be used to establish the standard by which the work will be judged. F. Quality control submittals include but are not limited to the following: 1. Design data 2. Certifications 3. Manufacturer's instructions 4. Manufacturer's field reports G. Administrative submittals include but are not limited to the following: 1. Permits KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 33 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS 2. Contractors employee safety plan 3. Applications for Payment 4. Performance and payment bonds 5. Insurance certificates 6. Listing of subcontractors 1.03 SUBMITTAL SCHEDULE A. Prepare a complete schedule of submittals. Submit copies of schedule at the pre- construction meeting for City's and City's Representative's review. B. Prepare the schedule in a chronological order, providing the following information: 1. Scheduled date for the first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of work covered. 6. Scheduled date for City Representative's final release or approval. C. Coordinate submittal schedule with the list of subcontractors, Schedule of Values, and the list of material suppliers, as the well as the Contractor's Construction Schedule. D. Incorporate submittal schedule in Contractor's construction schedule. E. Revise the submittal schedule after each meeting or other activity where revisions have been recognized or made. Issue the updated schedule prior to the next regular Project meeting. 1.04 SUBMITTAL PROCEDURES A. Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal to the City's Representative sufficiently in advance of scheduled performance of related construction activities to avoid delay. 1. Shop, catalog, and other appropriate drawings and information shall be submitted to the City's Representative for review prior to fabrication or ordering of all equipment and materials specified. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 33 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS 2. No extension of contract time will be authorized because of the Contractor's failure to transmit submittals to the City's Representative sufficiently in advance of the work to permit processing. 3. The Contractor shall submit PDF copies of all submitted information, unless otherwise identified. 4. All submittal information shall be sent to the City's Representative through the General Contractor. 5. All submittals shall bear the Contractor's certification that he/she has reviewed, checked and approved the submittal information prior to transmitting to the City's Representative. The submittal number and related specification sections shall be marked on each submittal. B. Place a permanent label or title block on each submittal for identification. 1. Indicate name of the firm or entity that prepared each submittal on the label or title block. C. Include the following information on the label for processing and recording action taken: 1. Project name 2. Date 3. Name of the Contractor 4. Name of the subcontractor 5. Name of the supplier 6. Name of the manufacturer 7. Number and title of appropriate Specification Section 8. Drawing number and detail references, as appropriate 9. Similar definitive information as necessary D. Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the City Project Manager and City's Representative and to other destinations by use of a transmittal form. The City's Representative will return submittals received from sources other than the Contractor. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION O1 33 00 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS 1. Each submittal shall be accompanied by a letter of transmittal showing the date of transmittal, specification section or drawing number to which the submittal pertains, submittal number, and a brief description of the material submitted. 2. Record deviations from the requirements of the Contract Documents, including minor variations and limitations. 3. Include the Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 4. When material is resubmitted for any reason, it shall be submitted under a new letter of transmittal and referenced to the previous submittal. E. Do not place orders for materials or components before receipt of reviewed and accepted submittal for same from City's Representative. F. Allow 10 business days for City Representative's review. Allow 10 business days for submittals that are returned marked Revise and Resubmit.' PART 2 — PRODUCTS 2.01 SHOP DRAWINGS A. Submit PDF copies to City's Representative and City Project Manager for review. Submit newly prepared information, drawn accurately to scale. Do not reproduce Contract Documents or copy standard printed information as the basis of Shop Drawings. Include the following information on Shop Drawings: 1. Identification of products and materials included 2. Compliance with specified standards 3. Notation of coordination requirements 4. Notation of dimensions established by field measurement taken by the Contractor 5. Correlation of shop drawings to Contract Documents by reference to sheet number, details, schedule or room number B. Shop Drawings will not be reviewed without the Contractor's signed review stamp affixed. It is the Contractor's responsibility to verify dimensions and verify the number of each item required to complete the Work. C. If Shop Drawings show variations from contract requirements, make specific mention of such variations in your submittal. 1. If indicated departures affect a correlated function, item, article, work, installation or construction of other trades, make note of it in transmittal. If extra cost is involved in related changes, Contractor assumes all such costs. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 33 00 PAGE 5 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS 2. Shop Drawings shall be submitted in PDF format unless otherwise requested. 2.02 PRODUCT DATA A. Collect product data into a single submittal for each element of construction or system. Mark each copy to show which choices and options are applicable to the Project. Submit PDF copies unless otherwise requested. B. Identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the work. Include manufacturer's installation instructions when required by the Specification Section. C. Provide copies of final product data submittal to the manufacturers, subcontractors, suppliers, fabricators, installers, and others as required for performance of the construction activities. Show distribution on transmittal forms. 1. Do not proceed with installation of materials, products, and systems until a copy of reviewed and accepted product data applicable to the installation is in the installer's possession. 2. Do not permit use of unmarked copies of product data in connection with construction. D. For each and any chemical which is known to be present in the workplace, submit Safety Data Sheets. 1. Attach to each copy of product data above. 2. Copies submitted to City's Representative are for their information and use and will not be reviewed for completeness or appropriateness on Project site. 2.03 SAMPLES A. Submit samples for review of kind, color, pattern, and texture for a check of the characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit samples that contain multiple related components such as accessories together in one submittal package. 2. Label on unexposed side of samples. Include the following: a. Generic description of the sample. b. Sample source. C. Product name or name of manufacturer. d. Number and title of appropriate Specification Section. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 33 00 PAGE 6 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS 3. Disposition: Maintain sets of approved samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 4. Samples for initial selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 5. Submit 3 full sets of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. City's Representative will return submittal with options selected. 2.04 QUALITY ASSURANCE SUBMITTALS A. Submit quality-control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality-control submittals as required under other sections of the Specifications. B. Where other sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a certification from the manufacturer certifying compliance with stated requirements. 1. Certification shall be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the Contractor. PART 3 EXECUTION 3.01 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other work of the contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to the City's Representative. B. Compliance with specified characteristics is the Contractor's responsibility and not considered part of the City's Representative's review and indication of action taken. 3.02 CITY'S REPRESENTATIVE'S REVIEW A. The City's Representative shall review all submittals for general conformance with the design and other requirements of the Contract Documents. Markings or comments shall not be construed to relieve the Contractor from compliance with the Contract Documents. Submittals may be rejected based on inadequate information and/or not meeting the requirements of the Specifications or drawings. If a submittal is rejected, the Contractor shall make the necessary corrections noted. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 33 00 PAGE 7 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 33 00 SUBMITTALS dimensions, for selecting fabrication processes and for techniques of assembly and installation. B. The City's Representative will stamp each submittal with a uniform action stamp as follows: 1. Final Unrestricted Release: Where submittals are marked "NO EXCEPTIONS TAKEN", the work covered by the submittal may proceed, provided it complies with the requirements of the Contract Documents. Final acceptance will depend on that compliance. 2. Final-but-Restricted Release: Where submittals are marked "MAKE CORRECTIONS NOTED", the work covered by the submittal may proceed provided it complies with both the City Representative's notations and corrections on the submittal and requirements of the Contract Documents. Final acceptance will depend on that compliance. 3. Returned for Resubmittal: When submittal is marked "REVISE AND RESUBMIT", do not proceed with the work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the City Representative's notations. Resubmit without delay. Repeat if necessary to obtain an action mark that will allow the work to proceed. a. Do not permit submittals marked "REVISE AND RESUBMIT" or"REJECTED- SEE REMARKS" to be used at the Project site or elsewhere where construction is in progress. 4. Rejected: Where submittals are marked "REJECTED-SEE REMARKS", do not proceed with the work covered by the submittal until a new submittal is made and returned marked either"NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED". C. Where a submittal is primarily for informational or record purposes or for special processing or other activity, the submittal will be returned, marked "ACTION NOT REQUIRED" or"NOT REVIEWED". END OF SECTION 01 33 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 33 00 PAGE 8 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES SECTION 01 35 00 - SPECIAL PROCEDURES PART 1 GENERAL 1.01 SUMMARY OF WORK A. The work to be done under this contract includes the furnishing of all labor, materials, and equipment necessary for or incidental to the construction and completion of all work indicated in the contract. 1.02 EXAMINATION OF DOCUMENTS AND THE SITE A. Contractor represents that they have carefully examined all Contract Documents and site conditions including ingress and egress routes and understands the character, quality and quantity of work called for and all conditions of the contract. Contractor shall carefully compare and check all documents for omissions and discrepancies. B. Should it appear that the work or any of the matters relative thereto are not sufficiently detailed or explained in the contract, the Contractor shall apply to the City's Representative and City Project Manager for such further explanations as may be necessary and shall conform to them as part of the contract. In the event of any doubt or questions arising regarding the true meaning of the contract, Contractor must inquire with the City's Representative whose decision thereon shall be final. C. The intent of the Project Manual, these Parks Special Provisions, and the Project Drawings is to describe a complete Project to be constructed in accordance with the contract. Contractor shall furnish all labor, equipment, materials, tools, transportation, permits, and supplies, and perform the work required in accordance with the Contract Documents. D. The Contract Documents are complementary. What is required by one part of the Contract Documents is binding as if required by all. Anything mentioned in the Project Manual and not shown on the Drawings, or shown on the Drawings and not mentioned in the Project Manual, is of like effect as if shown or mentioned in both. In the case of any conflict, the more stringent conditions shall apply. E. Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the City. If, during the performance of the work, Contractor finds a conflict, error, inconsistency or omission in the Contract Documents, the Contractor must promptly and before proceeding with the work affected thereby, report such conflict, error, inconsistency or omission to the City Project Manager and City's Representative in writing and seek clarification if required. F. Contractor may do no work without applicable drawings, specifications or written modifications, or Shop Drawings where required, unless instructed in writing to do so by the City's Representative. If Contractor performs any construction activity, and Contractor knows or reasonably should have known that any of the Contract Documents KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES contain a conflict, error, inconsistency or omission, Contractor will be responsible for the performance and bear the cost of correction. 1.03 PROTECTION OF EXISTING UTILITIES A. Concealed utilities of record are shown on the drawings. The City does not warrant the exact location of them or the completeness of the records. B. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING CONSTRUCTION ACTIVITIES WITH ALL UTILITIES, DISTRICTS AND CONTRACTORS PRIOR TO AND THROUGHOUT CONSTRUCTION. This includes calling in requests to connect or disconnect service for all utilities as may be necessary to complete the Project. C. The Contractor is responsible for calling for all utility locates for the Project and is deemed to be an excavator for purposes of Chapter 19.122 RCW. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator service before commencing any excavation activities. If a private locate is necessary, it will be at the Contractor's expense. D. In the event utilities are damaged during construction, temporary services and/or repairs must be made immediately to maintain continuity of services at the Contractor's sole expense. 1.04 EXISTING MANHOLES, VALVE BOXES AND MONUMENTS A. The Contractor is responsible for adjusting all facilities to finished pavement grade. The Contractor is responsible for coordinating this work with the utilities involved. 1.05 RESPONSIBILITY OF CONTRACTOR REGARDING WORK BY OTHERS A. If any part of the work under this Contract depends on the results of work by others, prior to beginning its work, the Contractor shall inspect and report to the City's Representative any apparent discrepancies or defects in such work by others that will impact the Contractor's work. Failure of the Contractor to do so constitutes an acceptance of the work of others as fit and proper, except as to latent defects which may develop in the work performed by others after commencement of the work by the Contractor. The City is contracting with Contractor. If Contractor retains the services of any subcontractor to perform any portion of the Contract work, that subcontractor is an agent of Contractor and Contractor accepts responsibility for the subcontractor's work. 1.06 WARRANTY OF TITLE A. No materials, supplies or equipment for the work under this Contract may be purchased subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest therein or any part thereof is retained by the seller or suppliers. The Contractor warrants clear and marketable title to all materials, supplies, and equipment installed and incorporated in the work and agree upon completion of all work KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES to deliver the premises together with all improvements and appurtenances constructed or placed thereon by the Contractor to the City free from any claims, liens, encumbrances, or charges. B. The Contractor further agrees that neither the Contractor nor any person, firm or corporation furnishing any material or labor for any work covered by the Contractor has any right to a lien upon the premises or any improvement or appurtenance thereon; however, this limitation does not preclude the Contractor from installing metering devices or other equipment of utility companies or of municipalities, the title of which is commonly retained by the utility company or the municipality. C. Nothing contained in this article may defeat or impair the right of persons furnishing materials or labor under any bond given by the Contractor for their protection, or any right under any law permitting such persons to look to funds due the Contractor in the hands of the City. The provisions of this section must be inserted in all subcontracts and material contracts, and notices of its provisions must be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. 1.07 PROPERTY RIGHTS IN MATERIALS A. Nothing in the Project Manual or Contract Documents vests in the Contractor any property right in the materials used after they have been attached or affixed to the work or the soil, or after payment has been made by the City for materials delivered to the site of the work or stored subject to or under the control of the City. B. All such materials become the property of the City upon being so attached or affixed or upon payment for materials delivered to the site of the work or stored subject to or under the control of the City. Soil, stone, gravel and other materials found at the site of the work and which conform to the specifications for incorporation into the work may be used in the work. No other use may be made of such materials except as may be otherwise described in the plans and specifications. 1.08 CITY'S REPRESENTATIVE A. Reference to Construction Observer, City, Contracting Officer, Landscape Architect, Engineer, Architect and City's Representative equate to the Agent for the City. One individual from the City or designated by the City will serve as the City's Representative. All correspondence, pay requests, change orders, field directives, etc. will be directed to and/or originated from the City's Representative. 1.09 INSTRUCTIONS A. All instructions will be given to the Contractor or to his/her authorized agent by the City's Representative for distribution to subcontractors or tradesmen on the work. In like manner all communication from subcontractors and tradesmen on the work to the City's Representative will be given through the Contractor. No subcontractors or KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES tradesmen may contact the City or City's Representative to discuss the work, except as the Contractor may arrange with the City. 1.10 AUTHORITY OF THE CITY AND CITY'S REPRESENTATIVE A. All the work shall be done in accordance with the requirements of the Contract Documents and to the satisfaction of the City. The Contract gives the City, with the assistance of the City's Representative, authority over the work. Notices to the City shall be submitted to the City's Representative, who after any necessary investigation and analysis will recommend action which he/she deems appropriate and propose and prepare any necessary written decisions, determinations, interpretations and notices for review. Action by the City will be in sufficient time to meet the requirements of the situation and of the Contract. The City shall have the final say on the following items: 1. Quality and acceptability of materials and work; 2. Measurement of unit price and lump sum work; 3. Acceptability of rates of progress on the work; 4. Interpretation of plans and specifications; 5. Determinations as to the existence of changed or differing site conditions; 6. Fulfillment of the contract by the Contractor; 7. Payments under the contract, including equitable adjustments; 8. Suspension(s) of work; 9. Termination of the contract for default or public convenience; 10. Determination as to non-working days; and 11. Approval of working drawings. B. The City's Representative represents the City on the Project, with full authority to enforce Contract requirements and carry out the City's orders. If the Contractor fails to respond promptly to the requirements of the Contract or orders from the City, the City may use City resources, other contractors or other means to accomplish the work. C. The City will not be obligated to pay Contractor, and will deduct from the Contractor's payment, any costs that result when any other means are used to carry out the Contract requirements or City's Representative's orders. 1. At the Contractor's risk, the City may suspend all or part of the work if: a. The Contractor fails to fulfill contract terms to carry out the City's orders, or KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 00 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES b. The weather or other conditions are unsuitable, or C. It is in the public interest. 1.11 SUPERINTENDENTS, LABOR AND EQUIPMENT OF CONTRACTOR A. At all times, the Contractor shall keep at the Project Site a complete set of the plans, specifications, Contract Documents, an updated schedule and all addenda. The Contractor shall devote the attention required to make reasonable progress on the work and cooperate fully with the City's Representative. B. Either the Contractor in person or an authorized representative shall remain on the Project Site whenever the work is underway. Before the work begins, the Contractor shall name in writing an experienced superintendent who understands the contract and is able to supervise the work. This superintendent must have full authority to represent and act for the Contractor. Any superintendent who repeatedly fails to follow the City's written and oral orders, directions, instructions or determinations is subject to removal from the Project. Upon written request of the City, the Contractor shall immediately remove such superintendent and name a replacement in writing. C. The Contractor must employ competent supervisors experienced in the task being performed to continuously oversee the work and all Subcontractors. At the City's request, the Contractor shall immediately remove and replace any incompetent, careless or negligent employee. D. The Contractor shall keep all machinery and equipment in good workable condition. The equipment must be adequate for its purpose and used by competent operators. 1.12 APPARENT CONTRADICTIONS A. It is mutually agreed and understood between the City and the Contractor that in any instance of contradiction between drawings of different scale, or between drawings and specifications, or between sections of the specifications, the more stringent requirements shall be interpreted as being in the Contract sum. 1.13 PARK CLOSURE A. The Project Site shall be partly closed to the public to allow for the work to be completed. Areas closed shall be limited to areas within Contract limits indicated in the Project Manual and Drawings. Closed areas shall be approved by the City and limit impact to existing trails, parking, amenities and athletic fields. Contractor is required to install signage approved by the City at the fenced perimeter to inform the public of areas closed on the site. The Contractor is responsible for damage to the property, materials and site while the Project Site is under the control of the Contractor. Contractor shall maintain signage until Final Acceptance. PART 2 PRODUCTS KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 00 PAGE 5 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 00 SPECIAL PROCEDURES Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 35 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 00 PAGE 6 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES SECTION 01 35 29 - HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES PART 1 GENERAL 1.01 DESCRIPTION A. This Section covers the requirements for compliance with health and safety precautions and controls for the project. 1.02 RELATED SECTIONS A. Section 01 33 00 - Submittals 1.03 HEALTH AND SAFETY PLAN A. Within Ten (10) days after receipt of Notice to Proceed, and before commencing any work on the Project site, the Contractor shall submit a site specific Health and Safety Plan addressing health and safety management methods specific to the project. The Plan shall, at a minimum, include: 1. The name of the individual at the jobsite responsible for implementation and compliance with this Plan. 2. If applicable, the Plan shall include the name and qualifications of any electrical safety observer to be provided by the Contractor. 3. A description of tasks to be undertaken, and equipment mobilized for this project. 4. A list of all known safety or health hazards, problems, and proposed control mechanisms. 5. Material Safety Data Sheets (MSDS) of and procedures for using, disposing of, or storing for all chemicals, products, or materials regulated by WAC 296-62 to be used by the Contractor. 6. A list of personal protective equipment, monitoring devices, and hazard-specific plans or permits as appropriate and required by State and Federal regulations. 7. A description of emergency response measures, equipment available for emergency response to address accidents and releases of materials, including, but not limited to, first aid, eye wash/showers, and fire extinguishing equipment, and location of this equipment at the jobsite. 8. Emergency phone numbers contacts, and location of the nearest medical facility. 9. A monitoring and inspection plan and record keeping measures to ensure that equipment and work practices comply with this Plan. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 29 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES 10. Personnel names, training and notification procedures as appropriate to ensure that all jobsite personnel are familiar with the Plan elements. Include copies of training certificates. 11. Procedures for safe storage and handling of flammable liquids, in accordance with WAC 296-24-330. 12. If applicable the Contractor shall include procedures for safe storage and handling of compressed gasses in accordance with WAC 296-24-295, Compressed Gas General Requirement. 13. Other issues which the Contractor determines are appropriate and necessary to protect worker safety and health. 1.04 ACCIDENT REPORTING A. Serious accidents such as those resulting in treatment of an injury at a medical facility, response to the site by emergency medical personnel or damage to property other than that of the Contractor shall be reported to the City's representative and project manager within twenty-four (24) hours of the occurrence. B. A copy of each accident report, which the Contractor or subcontractors have submitted to their insurance carriers, shall be forwarded to the City's Representative as soon as possible, but in no event later than seven (7) calendar days after the accident occurred. 1.05 HEALTH AND SAFETY REPRESENTATIVE A. The Contractor shall designate a Health and Safety Representative and shall ensure that each Subcontractor designates a Subcontractor's Health and Safety Representative. The Health and Safety Representative shall be capable of identifying all hazards and have the authority to stop work and take immediate action to correct the hazard. B. The Contractor shall authorize each such Health and Safety Representative to resolve safety-related issues raised by the City Representative or Project Manager. C. The Health and Safety Representative shall verify that all work is performed in accordance with the Health and Safety Plan. D. The Contractor shall provide all safety equipment required for the Work. E. At a minimum, Contractor and subcontractor personnel directly involved in the Work shall have training in: F. First aid, for each Contractor's and Subcontractor's Health and Safety Representative; G. Confined space work, if the employees will be working in or around confined spaces; KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 29 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES H. Shoring and trenching, if work will be in excavations; and I. The Contractor's procedures for confined space rescues. 1.06 Nothing in this Contract shall be construed as imposing any duty upon the City or any of its employees with regard to, or as constituting any express or implied assumption of control or responsibility over, Project Site safety, or over any other safety conditions relating to employees or agents of Contractor or any of its Subcontractors, or the public. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 35 29 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 35 29 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL SECTION 01 45 00 - QUALITY CONTROL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions and Kent Parks Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for quality- control services. B. Quality-control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies and by governing authorities. They do not include contract enforcement activities performed by City Project Manager. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with contract document requirements. D. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. E. Specified inspections, tests, and related actions do not limit Contractor's quality-control procedures that facilitate compliance with contract document requirements. F. Requirements for Contractor to provide quality-control services required by City Project Manager, City or authorities having jurisdiction are not limited by provisions of this Section. 1.03 RELATED SECTIONS A. Division 1 Section 01 73 29 - Cutting and Patching specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 1.04 RESPONSIBILITIES A. Unless otherwise indicated as another identified entity's responsibility, Contractor shall provide inspections, tests, and other quality-control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. B. Where individual Sections specifically indicate that certain inspections, tests, and other quality-control services are the City's responsibility, the City will employ and pay a qualified independent testing agency to perform those services. The Contractor will coordinate all scheduling with the testing agency. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 45 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL C. The City reserves the right to employ independent inspectors and observers for any and all aspects of the work. These inspectors and observers may be assigned or reassigned at any time during the Project. Items of the work frequently subject to City's special inspection include but are not limited to: 1. Earthwork & Soil Compaction 2. Imported Granular Materials 3. Asphaltic Concrete Paving 4. Concrete and Reinforcing Steel (site & pre-cast shop, if any) 1.05 RE-TESTING A. The Contractor is responsible for re-testing where results of inspections, tests, or other quality-control services prove unsatisfactory and indicate noncompliance with contract document requirements. B. The cost and time of re-testing construction revised or replaced by the Contractor is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with contract document requirements. 1.06 ASSOCIATED SERVICES A. Contractor shall cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Contractor shall also notify the agency sufficiently in advance of operations to permit assignment of personnel. B. The auxiliary services required include but are not limited to the following: 1. Provide access to the work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for protective storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. 7. Provide security and protection of samples and test equipment at the Project site. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 45 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL 1.07 DUTIES OF THE TESTING AGENCY A. The testing agency engaged to perform inspections, sampling and testing of materials and construction specified in individual Sections shall cooperate with the City's Representative and the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. B. The testing agency shall perform whatever inspections, tests and sampling necessary to reasonably ensure that the work is in conformance with the Contract Documents, industry standards and requirements of the authority having jurisdiction, whichever is the most stringent. Inspection and testing methods shall be of the highest quality in conformance with appropriate recognized standards such as those published by ACI, ASTM, ANSI, ICBO, etc. as specified in the technical sections of this manual and as required by the authority having jurisdiction. C. The testing agency shall notify the City's Representative, City Project Manager and the Contractor promptly of any irregularities or deficiencies observed in the work during performance of its services. Notification shall consist of direct verbal conversation in person or by email. 1. The testing agency shall deliver a formal neatly printed report by emailed to all parties specified in this Section C within 48 hours. A final, fully reviewed and edited report shall be delivered to all parties within five working days. 2. The testing agency is not authorized to release, revoke, alter or enlarge requirements of the Contract Documents, or approve or accept any portion of the work. 3. The testing agency shall not perform any duties of the Contractor. 1.08 COORDINATION A. Contractor shall coordinate the sequence of activities to accommodate required services with a minimum of delay. The Contractor shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. B. Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. C. The City will provide contact information for on-call testing agency. 1.09 NOTIFICATION A. Contractor shall notify City's Representative at least 48 hours in advance before an inspection will be conducted. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 45 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL B. Contractor shall notify testing laboratory sufficiently in advance of operations (not less than 48 hours) to allow for laboratory assignment of personnel and scheduling of tests. C. Contractor shall be responsible for costs incurred when testing agency is notified for services, but work is not ready or complete for inspection, testing, taking samples and/or similar activities. 1.10 SUBMITTALS A. The testing agency shall submit a certified written report of each inspection, test or similar service to the City's Representative with copies to the City Project Manager and Contractor. B. The testing agency shall submit additional copies of each written report directly to the governing authority when the authority so directs. C. Written reports of each inspection, test or similar activities must include the following information: 1. Date of issue 2. Project title, address and number 3. Name, address and telephone number of testing agency 4. Dates and locations of samples and tests or inspections 5. Names of individuals making the inspection or test 6. Designation of the work and test method 7. Identification of product and specification section 8. Complete inspection or test data 9. Test results and an interpretation of test results 10. Ambient conditions at the time of sample taking and testing 11. Comments or professional opinion on whether inspected or tested work complies with contract document requirements 12. Name and signature of laboratory inspector 13. Recommendations on re-testing KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 45 00 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 45 00 QUALITY CONTROL PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 REPAIR AND PROTECTION A. Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with contract document requirements for Division 1 Section 01 73 29 - Cutting and Patching. B. Protect construction exposed by or for quality-control service activities, and protect repaired construction. C. Repair and protection are the Contractor's responsibility regardless of the assignment of responsibility for inspection, testing, or similar services. END OF SECTION 01 45 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 45 00 PAGE 5 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES SECTION 01 52 00 - CONSTRUCTION FACILITIES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions and Kent Parks Special Provisions, apply to this Section. 1.02 SUMMARY A. Arrange for and provide temporary facilities and controls as specified herein and as required for the proper and expeditious prosecution of the work. Pay all costs, except as otherwise specified, until Final Completion. B. Make all needed temporary connections to utilities and services in locations acceptable to the City and local authorities having jurisdiction thereof. Furnish all necessary labor and material and make all installations in a manner subject to the acceptance of such authorities and the City's Representative. Remove such connections when no longer required. Restore the services and sources of supply to proper operating conditions. C. Pay all costs for temporary facilities and controls. 1.03 TEMPORARY FACILITIES AND CONTROLS A. This section includes requirements for construction facilities and temporary controls including temporary utilities, support facilities, and security and protection. Contractor shall pay all costs associated with items listed. B. Temporary utilities include but are not limited to the following: 1. Water service and distribution 2. Temporary electrical power and light 3. Telephone 4. Sanitary facilities and services, including drinking water C. Support facilities include but are not limited to the following: 1. Field offices 2. Temporary storage containers 3. Dewatering facilities and drains 4. Temporary enclosures KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 52 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES 5. Temporary Project identification signs 6. Waste disposal services 7. Construction aids and miscellaneous services and facilities D. Security and protection services include but are not limited to the following: 1. Barricades 2. Secure enclosure fence for the site or work areas 3. Landscape protection 4. Environmental protection 5. Security guards 6. Lighting 7. Video surveillance 1.04 QUALITY ASSURANCE A. Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including but not limited to: 1. Building code requirements 2. Health and safety regulations 3. Utility company regulations 4. Police and fire department 5. Environmental protection regulations including but not limited to control of storm water runoff, dust and noise 6. State and OSHA Safety requirements B. Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT SITE CONDITIONS KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 52 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES A. Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire- prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on-site. B. The Contractor shall provide free, safe and unencumbered access on or across the Project site for personnel, vehicles and equipment authorized to use the site by the City but not under contract of the Contractor. C. The Contractor shall maintain streets, trails and sidewalks around the Project site in a clean condition. By means of a regular monitoring and maintenance program of sweeping and hosing, minimize the accumulation of dirt and dust on these areas. D. The Contractor shall protect all adjoining private or municipal property and shall provide barricades, temporary fences and covered walkways to protect the safety of passers-by, as required by prudent construction practice, local building codes, ordinances, other laws or the Contract Documents. E. The Contractor shall, as its sole cost and expense, promptly repair any damage or disturbance to walls, fences, utilities, sidewalks, curbs, landscaping and any other property of third parties (including municipalities) or work already existing resulting from the performance of the work, whether by it, or by its subcontractors at any tier. The Contractor shall maintain streets in good repair and traversable condition. F. The Contractor shall maintain both new and existing work, materials and equipment free from injury or damage from rain, wind, storms, dust or heat at all times. PART 2 PRODUCTS 2.01 EQUIPMENT A. Provide new equipment. If acceptable to the City's Representative, the Contractor may use undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. The City's Representative may reject equipment that repeatedly breaks down or fails to produce results. The Contractor shall have no claim for additional payment or for extension of time due to rejection and replacement of any equipment. B. Provide hand-carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL-rated, Class ABC, dry-chemical extinguishers or a combination of extinguishers of NFPA- recommended classes for the exposures. PART 3 EXECUTION 3.01 TEMPORARY UTILITY INSTALLATION KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 52 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES A. Engage the appropriate local utility company to install temporary service or connect to existing service if necessary. Where the utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. 1. Arrange with utility company and existing users for a time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. 3. Prior to temporary utility availability, provide trucked-in services. 4. Obtain easements to bring temporary utilities to the site where City's easements cannot be used for that purpose. 5. Use Charges: Cost or use charges for temporary facilities are not chargeable to the City or the City's Representative. Neither the City nor City's Representative will accept cost or use charges as a basis of claims for Change Orders. B. Include temporary toilets. Comply with regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Use of permanent facilities existing or provided under this contract is not permitted unless explicitly noted. C. Provide containerized, tap-dispenser or bottled-water. D. Filter site runoff and employ further purification as required by local jurisdiction prior to discharging into storm drainage system. Provide drainage ditches, erosion control, pumping and similar facilities as required by local jurisdiction and as required to prevent all uncontrolled or unacceptable run-off from reaching neighboring properties, drainage ways, streams, rivers, ponds, lakes or wetlands, City occupied portions of the site or public right of ways. 1. Filter out soil, construction debris, chemicals, oils and all contaminants that might clog sewers and drainage ways, or pollute waterways or soils, before discharge. 2. Maintain temporary storm sewers and drainage facilities in a clean, sanitary and fully functioning condition. Following use, restore to clean fully functioning conditions promptly. Assign responsible personnel and monitor facilities during storms and similar events to ensure full function of facilities and protections noted above. This monitoring shall take place around the clock and over weekends and holidays as events warrant. 3. Damage to neighboring properties, waterways, public right of ways, the City's property, or the work of this contract due to failure to monitor or maintain is solely the responsibility of the Contractor. Damage shall be promptly repaired to original or better condition. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 52 00 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES 4. Provide and maintain any temporary erosion and sedimentation control measures required by the local jurisdiction and the Contract Documents and any additional measures prudent to prevent uncontrolled or unacceptable storm water runoff from leaving the Project site. E. Provide earthen embankments, solid covers and similar barriers sufficient to prevent flooding by rain or runoff of storm water in and around excavations and subgrade construction and any additional measures prudent to allow maximally production pursuit of the work. Provide flashing marker lights, barricades, solid covers and other devices as necessary to keep workers or passersby from falling in excavations or tripping/falling over hazards. 3.02 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds and other temporary construction and support facilities for easy access. Refer to the Project Manual and Drawings for guidance on placement of support facilities. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion if possible. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, where conditions acceptable to the City can be met. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide water, water trucks, sprinklers, hoses, piping and all related materials and equipment as needed to control dust. Re-apply treatment as required to minimize dust. C. Comply with traffic control requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. D. Provide temporary parking areas for construction personnel. E. Comply with requirements of authorities having jurisdiction over dewatering facilities and drains. Maintain Project site, excavations and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent work or temporary facilities. 2. Remove snow and ice as required to minimize accumulation. F. Collection and Disposal of Waste KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 52 00 PAGE 5 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES 1. Collect waste from construction areas and elsewhere daily. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 degrees Fahrenheit. Handle hazardous, dangerous or unsanitary waste material separately from other waste by containerizing properly. Dispose of material lawfully. 2. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage area or along access roads and haul routes. 3. Schedule periodic collection and disposal of debris to legal off-site location. If periodic schedule is inadequate to prevent excess accumulation of waste, schedule additional collection. 4. Clean interior areas daily and prior to the start of finish work. 3.03 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Do not change over from use of temporary security and protection facilities to permanent facilities until Substantial Completion or longer, as requested by the City's Representative. B. Comply with standards and code requirements for erection of structurally adequate barricades, warning signs and lights. Paint with appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights. C. Before starting work, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire Project site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs and other animals from easily entering the site except by the entrance gates. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks must be immediately changed. Refer to Section 01 56 26 for fencing requirements. D. Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft and similar violations of security. 1. Where materials and equipment must be stored and are of value or attractive for theft or usable for vandalism, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks shall be immediately changed. E. Protect existing trees, shrubs, landscaping and lawns within and adjacent to the area of the work where not scheduled for demolition or replacement. Where minor limb or root pruning is necessary to avoid interference with construction, employ a certified arborist KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 52 00 PAGE 6 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 52 00 CONSTRUCTION FACILITIES recognized by the International Society of Arboriculture. Any pruning shall be approved by the City's Representative and the City's park maintenance staff prior to executing the work. F. Provide environmental protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise-making tools and equipment to hours that will minimize complaints from persons or firms near the site. 3.04 REMOVAL OF TEMPORARY FACILITIES AND CONSTRUCTION A. Unless the City's Representative requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a permanent facility, or no later than Substantial Completion. B. Complete or, if necessary, restore permanent construction that may have been damaged because of interference with the temporary facility. Repair damaged work, clean exposed surfaces and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the Contractor's property. The City reserves the right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. Remove materials contaminated with road oil, asphalt, other chemical compounds and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, landscaping and sidewalks at the temporary entrances as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities used during the construction period. END OF SECTION 01 52 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 52 00 PAGE 7 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 56 26 TEMPORARY FENCING SECTION 01 56 26 - TEMPORARY FENCING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions and Kent Parks Special Provisions, apply to this Section. 1.02 SUMMARY A. This section includes all Temporary Fencing work as indicated in the Contract Documents. If no Temporary Fencing is described in the Contract Documents, assume that the Project site will need to be fenced for the duration of construction unless otherwise approved by the City Project Manager or City's Representative. B. Work includes but is not limited to the following: 1. Installation of temporary fencing 2. Maintenance of temporary fencing during the Project 3. Removal of temporary fencing PART 2 PRODUCTS 2.01 EQUIPMENT A. Prefabricated portable galvanized chain link fence panels including fabric, posts, top and bottom rails: 1. Prefabricated portable fence panels shall be a minimum of 6 feet high by a maximum of 10 feet wide. Post bases shall be concrete or other solid foundation blocks specifically designed for use with temporary fencing. 2. All fence panels shall be in good condition and free of sharp edges or major defects. B. Provide additional bracing of panels and/or outriggers as necessary to provide a rigid, stable run of fence. 1. Fencing shall be securely bolted or chained against unauthorized entry at all section joints corners and gates. C. Provide signs every 50 feet of fence line. Signage shall be a minimum of 18 inches square and shall with brightly contrasting lettering read as follows: "WARNING: CONSTRUCTION. KEEP OUT." KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 56 26 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 56 26 TEMPORARY FENCING D. Use 4-foot orange temporary PVC web fencing for low security applications and approved tree protection applications. Secure fence with deformed steel bar and provide safety caps. PART 3 EXECUTION 3.01 SCHEDULE A. Fencing may be installed any time after Notice To Proceed has been received. 1. Provide 24 hours' notice to the City Project Manager and City's Representative prior to installing temporary fencing. 3.02 STABILITY A. Temporary chain link fence panels shall be connected mechanically by means of pre- fabricated, bolted brackets manufactured specifically for the purpose. Fencing shall not be wired together. Where long straight runs result in an unstable condition, sufficient out-rigging shall be incorporated to maintain fencing upright. Use only pre- manufactured outriggers or additional fence panels. Out-riggers shall be placed on the interior side of the fence unless approved by the City Project Manager or City's Representative. Alternatively, and where appropriate, a "zig-zag" arrangement of panels for stability may be used. B. Where Projects are phased or otherwise have multiple stages or steps, or where City occupancy will change over the course of a Project, presume that fencing will have to be reconfigured accordingly as many times as necessary to safely and securely accommodate such phases, stages and changes at no additional cost to the city. C. At no time shall fencing be allowed to become a safety hazard to anyone or be unsecured or unmaintained so that it does not afford reasonable security protection. END OF SECTION 01 56 26 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 56 26 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 73 23 FIELD ENGINEERING SECTION 01 73 23 — FIELD ENGINEERING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions and Kent Parks Special Provisions, apply to this Section 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for field-engineering services including but not limited to land survey and construction layout work. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 EXAMINATION A. The Project Drawings will identify existing control points and property line corner stakes where known. Where not identified in the documents, Surveyor to locate and identify. B. Verify layout information shown on the Drawings in relation to the property survey and existing benchmarks before proceeding to lay out the work. Locate and protect existing benchmarks and control points. Preserve permanent reference points during construction. 1. Do not change or relocate benchmarks or control points without prior written approval. Promptly report lost or destroyed reference points or requirements to relocate reference points because of necessary changes in grades or locations. 2. Promptly replace lost or destroyed Project control points. Base replacements on the original survey control points. All work to replace lost or destroyed control points will be at the expense of the Contractor. C. Establish and maintain not less than 2 permanent benchmarks on the Project site as required by the work, referenced to data established by survey control points. 1. Record benchmark locations with horizontal and vertical data on Project Record Documents. D. The indication of the existence and location of underground and other utilities is not guaranteed. Before beginning Project site work, investigate and verify the existence and location of underground utilities. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 73 23 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 73 23 FIELD ENGINEERING 1. Prior to beginning Project site work, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping. 3.02 PERFORMANCE A. Work from lines and levels established by the property survey. Establish benchmarks and markers to set lines and levels at each elevation of construction and elsewhere as needed to locate each element of the Project. Calculate and measure required dimensions within indicated or recognized tolerances. 1. Advise entities engaged in construction activities of marked lines and levels provided for their use. 2. As construction proceeds, check every major element for line, level and plumb. B. Maintain a surveyor's log of control and other survey work. Make this log legible and available for reference. 1. Record deviations from required lines and levels. Advise the City Project Manager and City's Representative when deviations that exceed indicated or recognized tolerances are detected. 2. On the As-Built, record deviations that are accepted and not corrected. C. Locate and lay out site improvements including pavements, stakes for grading, fill and topsoil placement, utility slopes and invert elevations. D. Furnish information necessary to adjust, move, protect or relocate existing structures, utility poles, lines, services or other appurtenances located in or affected by construction. Coordinate with local authorities having jurisdiction. END OF SECTION 01 73 23 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 73 23 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING SECTION 01 73 29 — CUTTING AND PATCHING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions and Kent Parks Special Provisions, apply to this Section 1.02 SUMMARY A. This Section includes administrative and procedural requirements for all cutting and patching necessary to complete the work. 1.03 PLANNING / ENGINEERING A. Prepare a plan describing the procedures at least 5 days in advance of the time cutting and patching will be performed. Include the following information, as applicable: 1. Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform work. 4. Indicate dates when cutting and patching will be performed. 5. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. 6. Where cutting and patching involves adding reinforcement to or shoring of structural elements, have details and calculations prepared by a licensed engineer showing integration of reinforcement with the original structure. 7. Planning and engineering of the Contractor's cutting and patching does not waive the City or Engineer's right to later require complete removal and replacement of unsatisfactory work. 1.04 QUALITY ASSURANCE A. Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 73 29 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING B. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the City Project Managers or City's Representatives opinion, reduce the building's or park's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.05 WARRANTY A. Replace, patch and repair cut or damaged material and surfaces by methods and with materials in such a manner and with certified specialists when required, so as not to void any existing or required warranties. PART 2 PRODUCTS 2.01 MATERIALS A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces if identical materials are unavailable or cannot be used. If matching material is not available, consult with City Project Manager or City's Representative for appropriate material. PART 3 EXECUTION 3.01 INSPECTION A. Verify that demolition is complete and that existing surfaces are ready for patching. B. Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding and notify the City Project Manager and City's Representative. C. The beginning of restoration work constitutes acceptance of existing conditions. 3.02 PREPARATION A. Provide temporary support and bracing of work to be cut. B. Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Contact the City Project Manager and City's Representative when unsuitable material not marked for removal (such as rotted wood, rusted metals and deteriorated concrete and masonry) is discovered. D. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 73 29 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING 3.03 PERFORMANCE A. Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Where original work required specialists or used a specific trade, the same specialist and/or trade shall execute the cutting and patching unless another specialist/trade is better suited due to conditions present. B. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. C. Cut existing construction using methods least likely to damage elements retained or adjoining construction. Where possible, review proposed procedures with the original installer and comply with the original installer's recommendations. 1. Where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Use conventional drills, not roto- hammers. 3. Comply with requirements of applicable Division 2 specifications where cutting and patching requires excavating and backfilling. 4. Where services are required to be removed, relocated, or abandoned, by-pass utility services such as pipe or conduit before cutting. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. 5. Where concrete or asphalt will be cut, take cut back to nearest joint to ensure a smooth transition. Consult with City Project Manager or City's Representative prior to cutting or patching concrete or asphalt. D. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 73 29 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 73 29 CUTTING AND PATCHING 3.04 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, solder, oils, putty, sealant and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. END OF SECTION 01 73 29 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 73 29 PAGE 4 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL SECTION 01 74 19 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions and Kent Parks Special Provisions, apply to this Section 1.02 SUMMARY A. This section includes requirement for waste management and disposal during construction. 1.03 WASTE MANAGEMENT REQUIREMENTS A. Salvage, recycle and reuse construction and demolition waste material generated by the Project to the greatest extent possible. B. Minimize the creation of construction and demolition waste on the job site. Minimize factors that contribute to waste such as excess packaging, improper storage, ordering errors, poor planning, breakage and mishandling. C. The following material should be diverted from the landfill to the greatest extent possible. 1. Clean wood, pallet wood, plywood, OSB, and particle board 2. Asphalt 3. Concrete 4. Brick 5. Metals 6. Gypsum products 7. Glass 8. Plastics 9. Cardboard 10. Insulation D. Hazardous materials such as paints, solvents, adhesives, batteries and fluorescent lightbulbs and ballasts which cannot be re-used shall be disposed of at authorized hazardous waste disposal sites. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 74 19 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 1.04 QUALITY ASSURANCE A. Comply with applicable requirements of the jurisdictional authorities, local ordinances and regulations concerning management of construction waste. B. Discuss waste management at the preconstruction meeting. C. Waste management shall be discussed at regularly scheduled weekly progress meetings. PART 2 PRODUCTS 2.01 WASTE CONTAINERS A. Use a durable, covered, secured, re-usable container for each waste category. B. All recycling containers shall be clearly marked and shall list materials which can be recycled, as well as material which cannot be recycled. PART 3 EXECUTION 3.01 PROJECT/SITE CONDITIONS A. Use construction methods that reduce waste. When possible: 1. Order material pre-cut to required size. 2. Order exact quantity required. 3. Use temporary materials and facilities that can be re-used on other Projects. B. Contractor to verify that field measurements are as indicated on construction and or Shop Drawings before confirming product order or proceeding with work in order to minimize waste due to excessive materials. C. Protect products from damage during storage, installation and in-place. Replacement and disposal of materials that become wet, damp or unusable for any reason due to improper storage shall be at the Contractor's expense. D. Request or require products to be delivered to the site with packing materials that can be returned to the sender or easily recycled. E. Use detailed take-offs to identify location and uses in structure to reduce risk of unplanned and wasteful cuts. END OF SECTION 01 74 19 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 74 19 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION O1 74 19 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 74 23 FINAL CLEANING SECTION 01 74 23 — FINAL CLEANING PART 1 GENERAL 1.01 This Section specifies administrative and procedural requirements for final cleaning at Substantial Completion. A. Conduct cleaning and waste disposal operations in compliance with local laws and ordinances. Comply fully with federal and local environmental and anti-pollution regulations. B. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. C. Burning or burying of debris, rubbish or other waste material on the premises is not permitted. 1.02 Should the Contractor fail in any of its duties described in this section, the City may, at its sole discretion, have the Project site cleaned thoroughly to its standards. The cost of this cleaning shall be deducted from the Contractor's final payment or retainage. PART 2 PRODUCTS 2.01 CLEANING AGENTS A. Use cleaning materials and agents recommended by the manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property, or that might damage finished surfaces. Pay special attention to easily marred surfaces and reactive metals such as aluminum. PART 3 EXECUTION 3.01 CLEANING A. The Contractor shall employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a typical commercial building/site cleaning and maintenance program. Comply with manufacturer's instructions. B. Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion for the entire Project or a portion of the Project. 1. Clean the Project site, yard and grounds in areas disturbed by construction activities, including landscape areas. Remove rubbish, waste materials, litter and foreign substances. Sweep paved areas clean. 2. Remove petro-chemical spills, stains and other foreign deposits. Rake grounds that are neither planted nor paved to a smooth even-textured surface. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 74 23 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 74 23 FINAL CLEANING 3. Remove tools, construction equipment, machinery and surplus material from the site. 4. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films and similar foreign substances. Pay special attention to corners and other hard to clean areas. Avoid disturbing natural weathering of exterior surfaces. 5. Restore reflective surfaces to their original condition. 6. Pressure wash concrete surfaces to remove any dirt built up during construction. 7. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics and similar spaces. 8. Broom clean and shop vacuum concrete floors in unoccupied spaces. 9. Remove all visible labels that are not permanent labels and are not related to a product's fire, mechanical or electrical rating. 10. Touch-up and otherwise repair and restore marred exposed finishes and surfaces. 11. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that show evidence of repair or restoration. 12. Wipe surfaces of equipment. Remove excess lubrication, paint, sealant and mortar droppings and all other foreign substances. 13. Locate all metal objects, nails, etc. that may pose a hazard. Sweep all non-hard surface areas that were within or adjacent to any construction area or over which any construction related traffic traveled. 14. Leave the Project site clean and ready for occupancy. 3.02 REMOVAL OF PROTECTION A. Unless requested otherwise by the City, remove temporary protection and facilities installed during construction to protect previously completed installations during the remainder of the construction period. B. Comply with governing regulations and safety standards for cleaning operations. Remove waste materials from the site and dispose of in a lawful manner. C. Where extra materials of value remain after completion of associated construction, such materials shall become the City's property. At the City's direction, relocate these materials on site. END OF SECTION 01 74 23 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 74 23 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 77 00 CLOSEOUT PROCEDURES SECTION 01 77 00 - CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES: A. Closeout Procedures B. Final Cleaning C. Project Record Documents D. Operation and Maintenance Data E. Operation Instruction F. Manufacturers' Warranties G. Guaranties H. Spare Parts and Maintenance Materials 1.02 CLOSEOUT PROCEDURES A. Comply with procedures stated in the Contract Documents for Substantial and Final Completion. B. Submit all certificates of approval issued by the governing authorities. C. Submit building permit documents and building inspection signoff sheets to the City. D. Submit final application for payment identifying total adjusted contract sum, previous payments, and sum remaining due. 1.03 FINAL CLEANING A. Refer to Section 01 74 23 for final cleaning requirements 1.04 PROJECT RECORD DOCUMENTS A. Maintain a complete set of record documents that clearly indicate all changes for the Contract Documents and all uncovered existing conditions which will be subsequently concealed. B. Record documents shall include: 1. Project drawings 2. Specifications KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 77 00 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 77 00 CLOSEOUT PROCEDURES 3. Reviewed Shop Drawings, product data, and samples. C. Keep record documents current; do not conceal any work until required information has been recorded. D. Mark specifications legibly and record at each product section a description of actual products installed. Include the manufactures name and product model number. E. As-Built Drawings shall include the location of all concealed work, including without limitation, conduit, piping, ducts, mechanical and electrical equipment and foundations. Indicate all changes to details which involve concealed construction. Contractor shall provide red-line drawings to City's Representative, who shall create a final, consolidated set of As-Built Drawings and deliver them to the City. 1.05 OPERATION AND MAINTENANCE DATA A. Furnish published operation and maintenance information covering all equipment and finish materials installed on the Project. Whether specified or not, furnish published information whenever special maintenance procedures are required to assure the proper operation and durability of Project material, equipment and finishes. B. Provide one, consolidated hard copy and digital copies of all operation and maintenance data, including maintenance data or documentation that is requested in any technical specifications. C. Submit hard copy of operation and maintenance data in a three-ring binder. Included divider tabs to separate data for each component. Include Project name, Contractor and City's representative. D. Submit electronic copies of operation and maintenance data for City's Representative to review. 1.06 OPERATION INSTRUCTION A. Prior to Final Completion, instruct the City's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Provide instruction at mutually agreed upon time. B. Use experienced personnel trained and experienced in the operation and maintenance of systems, buildings, or equipment involved in the Project. C. Use operation and maintenance manuals for each piece of equipment as the basis of instruction. Review content in detail to explain all aspects of operation and maintenance. 1.07 WARRANTIES A. Provide a one-year warranty on all workmanship and materials from the date of final completion. Provide additional warranties as required in the specifications. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 77 00 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 01 77 00 CLOSEOUT PROCEDURES B. By its execution of the Contract, Contractor agrees to comply with these specifications and warrants it will faithfully and satisfactorily perform all work as provided for, and in accordance with, the provisions of the Contract Documents. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. C. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. D. The Contractor shall furnish the City any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. E. Furnish original and duplicate copies of each manufacturer's warranty executed to the City. F. Submit all material prior to application for final payment. For equipment put into use with City's permission during construction, submit warranty within 10 days after first operation. 1.08 SPARE PARTS A. Provide all spare parts to City Project Manager. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 77 00 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 01 77 00 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 9 TOPSOIL SECTION 4 - BASES 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow................. 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured on a per ton basis. 4-03.5 Payment The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for backfilling of all crawl space areas and basements, as determined by the project manager. Payment will be based on load tickets. Load tickets must be submitted to the project manager with pay application. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 9 PAGE 1 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 9 TOPSOIL 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 12 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 9 PAGE 2 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 9 TOPSOIL Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. END OF SECTION 4 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 9 PAGE 3 MENDEL PROPERTY DEMOLITION KENT PARKS SPECIAL PROVISIONS SECTION 9 TOPSOIL SECTION 9 - TOPSOIL 9-14.2 Topsoil 9-14.2(1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 - 67% sand and/or sandy loam and 33 - 50% composted organic material by volume. Total organic matter shall be at least 50/b by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot's broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense. A. The soil shall meet the following requirements. 1 . The mixed soil shall meet the following gradation: Screen Percent Size* Passing 2 inch 100 1 99-100 inch 5/8" 90 - 100 1/4" 75-100 KENT PARKS, RECREATION &COMMUNITY SERVICES SECTION 9 PAGE 4 B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content. D. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. E. Payment: The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for installing, incorporating, raking and compacting the topsoil, cleanup and complete preparation ready for seeding. F. Supplier; Cedar Grove 2 way top soil or approved equal. END OF SECTION 9 APPENDIX A Scope of Work Parcel Number 2922059210 Mendel Property at Mill Creek Canyon 10028 SE 2671h Street Kent WA 98030 Building Demolition Scope of work 1. Schedule a pre-construction meeting with the project manager prior to starting any demolition work. The purpose of the meeting will be to discuss staging areas,tree protections, limits of work and any special site considerations. 2. Install temporary erosion control measures as needed or required by city inspector to prevent silted runoff from leaving the site. Avoid removing excess organic material from around structure to help filter possible run off. 3. Install tree protection fencing around 3 mature trees near to demolition work. 4. Cut and cap city water line serving the home, prior to starting work. Coordinate with Project manager on location of water meter. 5. Remove any asbestos as identified in the asbestos inspection report provided by Environmental Specialties. Removal shall be performed by a licensed/certified abatement contractor who shall dispose of the material in compliance with all applicable state and federal codes prior to starting demolition. Filing a Puget Sound Clean Air Agency permit is required prior to demolition and is the responsibility of the contractor. 6. Locate and remove the existing septic tank. The city will pump the septic tank and provide a receipt of pumping. Provide adequate fill material in place of the tank to make the site safe. 7. Remove fences on east property line and north property line. Remove all fencing running through property. Do not disturb chain link fencing on property to West. Confirm fence to be removed with project manager prior to start of work. 8. Haul and properly dispose of any appliances found inside or outside the structure. (ie. Refrigerators,furnaces, dishwashers, ranges,washers, dryers,well pumps.) 9. Remove and properly dispose of all household goods remaining in home and outbuildings such as cleaning products, paints, pesticides, gasolines, and oils. 10. Demolish and remove from the site the existing house (3,070 SQ FT), attached garage (1100 SQ FT) and all small outbuildings on property. Demolish and remove all wood debris, roofing, brick and all materials associated with construction of home. 11. Excavate, haul, and dispose of all concrete, concrete block foundations and concrete slab foundations. Remove all concrete and asphalt from the site. Take extra care to remove small pieces of concrete and asphalt from site. 12. Remove and dispose of all miscellaneous yard debris including,firewood, metal swing sets, and all outdoor trash and household goods found remaining on site. 13. Remove any landscaping, shrubs, or small trees within 10 feet. Contractor will meet with project manager on site prior to work start to tag all shrubs and small trees to be removed. 14. Import and fill holes left by removal of foundations. Fill material will be gravel borrow. Compaction will be required. See attached spec section. 15. The site should be clean of all demolition debris and household waste upon completion. Call project manager for inspection and approval prior to hydro seeding area. 16. Once the fill material has been compacted,spread topsoil over fill material and ensure level smooth finish. 17. Hydro seed all exposed ground areas disturbed during the removal of the structures. Hydroseeding should occur only when temperatures are adequate for germination. Confirm with city Project Manager prior to scheduling hydroseeding. 18. DO NOT track dirt or debris onto 267t" Street. Contractor is required to employ a street sweeper to keep streets clean. No exceptions will be given. 19. Remove any temporary erosion measures that may have been utilized during the demolition. 20. Recycle as much demolition material as possible. 21. Notify the project manager upon completion to schedule a walk thru. Notes • Please see attached exhibits for a sample contract and insurance requirements for the project. • Dust control will be required during demolition. • The city will obtain a demolition permit. • A copy of the asbestos survey will be provided. • Contractor will obtain a Puget Sound Clean Air Agency Permit. • Recycling of wood,wire, concrete, metal, and appliances is strongly recommended. • Contractor will have 60 working days (defined as Monday-Friday) from NTP to complete all work. APPENDIX B Site Map r .3 @ O ' O- N � � V C co O N N iJ >O N O O •` 1'�'•' O C N En N 5 o ° 7„I d O � U i @ O O N E O C Cl) O d @ C @ T -0 d d Cl) L O -c @ o — o O T C Q. N 0 0 E $ 3 ° m �' >c °.� 0 -6 U N U Y LL L @ N O O L c � }x. N O O C _ n '�:: r .��w. • L co L CI 14� CI y 4' APPENDIX C Asbestos Inspection Report Environmental Specialties 12512 Littlerock Road SW,Olympia,WA 98512•(253)683-1144 Asbestos Inspection House, Garage & Garden Shed 10028 SE 267", Kent, WA 98032 t Environmental Specialties 12512 Littlerock Road SW,Olympia,WA 98512•(253)683-1144 Asbestos Inspection House, Garage & Garden Shed 10028 SE 2671h, Kent, WA 98032 Performed For City of Kent Parks, Recreation & Community Services 220 4t"Ave S Kent, WA 98032 Consultant Environmental Specialties 12512 Littlerock Road SW Olympia, WA 98512 ES Reviewed by AS Es Introduction On January 4, 2022 Environmental Specialties inspected the house, garage, and yard shed located on this property for asbestos materials. Demolition is planned for these structures. The structures are vacant and were intact and secure at the time of inspection. This inspection report includes data that describes the type of materials found, their quantities, where appropriate, and their asbestos content. The report can also be used as a planning aid for all construction, maintenance, abatement and demolition work associated with the structure. Facilities Description This house covers 3,100 square feet and has been added onto twice. The garage is separate and covers 750 square feet and has three bays. The house was doubled in square footage roughly 30 years ago with the conversion of the garage and the addition of a family room, master suite and additional apartment below the master suite. The three-bay garage may be 10 years newer than the addition. The house is built on a concrete perimeter foundation that has a four-foot crawlspace. The subfloor is a combination of decking and plywood. Floors are covered with carpet with the wet areas covered with sheet vinyl. Exterior siding is a combination of cedar and brick over plywood. Windows appear to have been upgraded to then-no-pane units 30 years ago. Fiberglass insulation is used throughout that is normal thickness for its age. The crawlspace is not insulated. The garage finished inside with gypsum wallboard on the walls and an open ceiling. Roofing is composition shingles matching the house. The converted garage/family room houses the furnace and electrical panel that has obviously been upgraded. The yard storage building covers 300 square feet and is an open framed woad structure with a plywood floor and composition roof. No utilities are located in the shed. Inspection & Samplinp- Procedures Puget Sound Clean Air Agency (PSCAA) and Labor &. Industries regulations require an inspection of all buildings for the presence of asbestos containing materials prior to renovation and/or demolition. Asbestos containing materials are defined as those building materials containing one percent or more of asbestos as verified by laboratory analysis. ES. Reviewed by JLS Es Asbestos containing materials are sub-divided into three types: surfacing materials, thermal system insulation, and miscellaneous materials. Surfacing materials are defined as those materials that are sprayed-on, troweled-on or otherwise applied to surfaces including, but not limited to, acoustical plaster on ceilings, paints, fireproofing materials on structural members,or other materials on surfaces for decorative purposes. Thermal system insulation indicates material applied to pipes, fittings, boilers, tanks, ducts, or other structural components to prevent heat loss or gain. All other materials are considered to be miscellaneous materials. All surfacing materials, thermal system insulation and flooring installed in structures prior to 1980 are presumed to contain asbestos unless proven otherwise by a licensed building inspector. The number of samples collected depends on the type of material and its quantity. In order to prove that suspect or presumed surfacing materials do not contain asbestos at least three samples of each homogeneous area are required. Five samples are required for areas greater than 1,000 square feet and seven are required for areas greater than 5,000 square feet. Thermal system insulation requires at least three samples be collected. One sample of each suspect miscellaneous material must also be collected. Each sample was collected and placed into a separate, sealed, plastic bag. They were then individually numbered. When possible,samples were collected from areas or materials that were previously damaged. Sampling equipment was decontaminated after each sample was collected. Once collected, the samples were delivered to an accredited laboratory, accompanied by a chain of custody describing each sample. The samples were then analyzed using Polarized Light Microscopy (PLM) Stain Dispersion technique in accordance with EPA Method 600/R-93/116. Additional treatment and tests may have been used as required to define a sample's composition. Non-Asbestos Containing Suspect Materials Following is a list of suspect materials that were identified, tested and determined not to contain asbestos: Material Type Location QuaiRtky IN3cription Throughout Orange pel•tare, wallboard mud Gypsum House& 6,000 positive for asbestos. May be Wallboard Garage sq/ft considered less than 1%asbestos as a composite.Consult WA WRD 23.30 Sheet Vinyl Kit-Baths 350 sq/ft Two colors, post 1980,non-asbestos ES Reviewed by JLS Es Asbestos Containing Materials No materials were found to contain asbestos at greater than > 1°/o. Wallboard mud does contain asbestos but the wallboard system can be considered as a composite. Conclusion No materials were found that contain asbestos at greater than one percent by weight. Wallboard and joint mud can be considered a "system" with the overall asbestos content considered as a composite of the total weight of the system. At this site the wallboard, orange peel texture and paint do not contain asbestos. Only the joint mud contains asbestos. There are specific handling instructions and worker safety protocols for handling this material outlined in WA WRD 23.30. Consult prior to remodeling or demolition. PSCAA and Washington DOSH regulations require that all asbestos containing materials be properly handled during demolition and renovation and that a survey of the asbestos containing materials be provided to all contractors and posted at the site to prevent potential accidental asbestos exposure. Should additional suspect materials be found it is recommended to have a certified inspector evaluate the material. Inspector Endorsement Sz* ► Inspector: Certified AHERA Building Inspector, Inspector SP-AP Inspector#177420,expires 4-1-22 Attachments: Laboratory Analysis Sketch ES Reviewed by AS 1-4-22 Kent Parks Demo HOW 10028 SE 267'" Kent W A r00 w-, 450-xR, �1 vcaT►f1v� i Ic � K el a s s H � p� L Q _ a C o K Y 1 C? 3. c` a � e E el IMP 7 E v V E � � r 3 _ z 1 1� }•ter• �' e # � ' I q e, r 11 1 V "-y'! •'f�. _i" ot `j co 0 40 cl ^+ r CHAIN OF CUSTODY IAB#: c (Ve LJ EMC Labs,Inc. Page of 9830 S.5119 St.,Ste B-109 TAT: Phoenix,A2 85044 (480)940-5294 Fax(480) 893-1726 Rec'd: ,JPN1 07 P.M. COMPANY NAME: Environmental Specialties BILL TO: (If Different Location) Address: 12512 Littlerock Road SW Environmental Specialties Olympia,WA 98512 12512 Littlerock Rd SW CONTACT: Robert Simons Littlerock, WA 98512-9238 Phone/Fax: 253-683-1144 Email: rscrnsi@hotmail.com Now Accepting: VISA—MASTERCARD Price Quoted: S I Sample S 1 Layers COMPLETE ITEMS 1-4: (Failure to complete any it cause a delay in processing or analyzing your satrapies) 1. TURNAROUND TIME: [Same Day Rush] 1-2 Da [3-4-5 Days] [6-10 Days] """"prior confirmation of turnaround time is required """Additional charges for rush analysis(please call marketing department for pricing details) ""Laboratory analysis may be subj����Dispose dit terms are not met 2. TYPE OF ANALYSIS: [Air-PCM] [Leadl [Point Count] [Fungi:AOC,W-C,Bulk,Swab,Tape] 3. DISPOSAL INSTRUCTI of samples at EMC] 1 [Return samples to me at j[gy, p.) flf you do not indicate preference,EMC will dispose of samples X days from analysis.f 4. Project Name: ,�n � I P.O. Number: ProjectNumber: -,���,��� : EMC CLIENT DATE&TIME LOCATION/MATERIAL Samples AIR sAMFLE ww i COMMENTS SAMPLE M SAMPLE M SAMPLED TYPE Accepted ON OFF FLOW 11 Yes / No RATE it -- — � - F _ w y N II 3 N A /— Y N i 6 11 _1 S N Y N Y Y N Y N Y N Y N II Y N i! Y N !i Y N Y N Y N SPECIAL INSTRUCTIONS: Sample Collector: (Print) VIA (Signature) s 1r�j _ ► 7� a�� Relinquished by: ��DatelTme:/-�-�} Received bye r�� Date/Time: 747 Relinquished by: Date(T"ime:t '� 2Z Received by: Date(TimeY_?'��_ Relinquished by: Date/Time Received by ' i Date/Tir4j_)0_ .: In the event of any dispute between the above parties for these services or otherwise,parties agree that jurisdiction and venue will bo in Phoenix,Arizona and prevailing party will be entitled to attorney's fees and court costs. EMC LABS, INC. Laboratory Report 9830 S. 51st Street,Suite B109, Phoenix, AZ 85044 0266419 Phone: 800-362-3373 or 480-940-5294-Fax: (480)893-1726 Bulk Asbestos Analysis by Polarized Light Microscopv NVLAP#101926-0 Client: ENVIRONMENTAL SPECIALTIES Job#/ P.O. #. Address: 12512 LITTLEROCK RD SW Date Received: 01/07/2022 OLYMPIA WA 98512 Date Analyzed. 01/11/2022 Collected. 01/04/2022 Date Reported: 01/11/2022 Project Name: KENT PARKS-10028 SE 267TH, KENT EPA Method- EPA 600/R-93/116 Address: Submitted By: ROBERT SIMONS Collected By: Lab ID Sample Layer Name/ Asbestos Asbestos Type Non-Asbestos Client ID Location Sample Description Detected N Constituents 026641 9-00 1 KIT FAMILY RM LAYER 1 No None Detected Cellulose Fiber 12% 1 WALL Drywall,Off White/Brown Gypsum Carbonates Mica 88% LAYER 2 Yes Chrysotile 4% Cellulose Fiber 1% Mud.Off White Gypsum Carbonates Mica Binder/Filler 95% LAYER 3 No None Detected Orange Peel Texture,White Carbonates Note Very small amount of Mica texture Quartz Binder/Filler 100% 0256419-002 GARAGE BATHRM LAYER 1 No None Detected Cellulose Fiber 12% 2 Drywall,Off White!Brown Gypsum Carbonates Mica 88% LAYER 2 Yes Chrysotile 5% Mud,Off White Gypsum Carbonates Mica Binder/Filler 95% LAYER 3 No None Detected Orange Peel Texture,White Carbonates Note, Very small amount of Mica texture Quartz Binder/Filler 100% Page 1 of 3 EM V LABS, INC. Laboratory Report 9830 S. 51st Street,Suite 13109, Phoenix, Az 85044 0266419 Phone: 800-362-3373 or 480-940-5294-Fax: (480)893-1726 Bulk Asbestos Analysis by Polarized Light Microscopy NVLAP#101926-0 Client: ENVIRONMENTAL SPECIALTIES Job#/ P.O. #. Address: 12512 LITTLEROCK RD SW Date Received: 01/07/2022 OLYMPIA WA 98512 Date Analyzed: 01/11/2022 Collected: 01/04/2022 Date Reported. 01/11/2022 Project game: KENT PARKS-10028 SE 267TH, KENT EPA Method: EPA 6001R-93/116 Address: Submitted By: ROBERT SIMONS Collected By'. Lab ID Sample Layer Name/ Asbestos Asbestos Type Non-Asbestos Client ID Location Sample Description Detected (%) Constituents 0266419-003 MN HS BDR HALL LAYER 1 No None Detected Cellulose Fiber 12'k 3 Drywall,Off White/Brown Gypsum Carbonates Mica 88% LAYER 2 Yes Chrysoble 5% Mud,Off White Gypsum Carbonates Mica Binder/Filler 95% LAYER 3 No None Detected Orange Peel Texture,White Carbonates Note Very small amount of Mica texture Quartz Binder/Filler 100% 0266419-004 GARAGE RR BLUE LAYER 1 No None Detected 4 GRAY Sheet Vinyl,Blue/Gray Carbonates Gypsum Quartz Binder/Filler 100% LAYER 2 No None Detected Cellulose Fiber 5% Mastic,Yellow Carbonates Note. Difficult to separate adjacent layers Gypsum o Binder/Filler 95/o 02664 1 9-005 MN BATH-CREAM Sheet Vinyl,Blue/Gray No None Detected 5 GRAY Note No Mastic Present Carbonates Gypsum Quartz Binder/Filler 100% Page 2 of 3 EMC LABS, INC. Laboratory Report 9830 S. 51st Street,Suite 6109, Phoenix, AZ 85044 0266419 Phone: 800-362-3373 or 480-940-5294-Fax: (480)893-1726 Bulk Asbestos Analysis by Polarized Light Microscopy NVLAP#101926-0 Client: ENVIRONMENTAL SPECIALTIES Job#/ P.O. #: Address: 12512 LITTLEROCK RD SW Date Received: 01/07/2022 OLYMPIA WA 98512 Date Analyzed: 01/11/2022 Collected: 01/04/2022 Date Reported: 01/11/2022 Project Name: KENT PARKS-10028 SE 267TH, KENT EPA Method: EPA 600/R-93/116 Address: Submitted By: ROBERT SIMONS Collected By: Lab ID Sample Layer Name/ Asbestos Asbestos Type Non-Asbestos Client ID Location Sample Description Detected (%) Constituents �r Analyst- Kurt Kettler Signatory -La Manage -Johann Hofer Oiwww Mow atlU aapwow w Ma d"Mon we~ad ad s6ft On d Iha WtWM and are Ip0do leParawY br darn d sawmt l knW.AN enaerses arc d.-;Z from�mnrud rnur wont.and meowed n area po W unMaa gVWm la nord.The MW appal eo ow wmdards a Pookt�d&Ntw and 70 we aampW rated.TVA rK,.aa..nu necessiNr•wc.we a r. e°eae�.of"w.Ebba co wl bt hem eauen tlN earnoM.aa we.n or of aeprtmer aaraieN P Wrrr podgy.nM de enar noosed an aepwq aoanr aes'rrsn Prodr+ra unleaa ao ndad These repores�for me eauuaM ore of Iced adAa.aad o4+1 and mr enar r noe W npraducau Mawar M n P�fur edMrelnY M oleur Otepelee Oqa our agnawe a n conn.�on weh ou name rode epeciat wdten ve+rrissron TIiC repon sh.N nd De reprP}erd eonaq n hd1,randA wrarn alprw+e W ow reanpr.Tha aarroers not d�rgad a wYep an rrarrd a maunun m drry da n The labontorr meweemeM m wwene.nr Aa me ees<mmirod a aporaa+nr.y rla wn t M adw Otaora. wa.dd+d A'mo Hurd rmuur M&Moral are Tewlwpr.�rY�awaeorlr aon.e.Mion program rr arclld tale m.nm for adowas TTe aouedubon w r+r repom penerwed Mws rabbnrrrn no wfr mnpararra or inpWa Pod#nrtilKMeon-aVPrw.r.a arOOreetneert hlr Oea Huirrl NualM M 8lydrdl and TM�rdup.the re/aM moat nol b•uaed s1 ore 111en1 ra daire podtl cerllcarnn,appow,ar erdOra.mara by HYLAP.NIB•T,Or aar apMwy N eh.F.dMd Wwr+rNrR Pd.natl lJptle lriuoraPlr�TOe a Oerelil4ry nreel M dall6Tetl alelleel n foar Wxrcpe aM sonar np.hi.eae Drpaawr.r bond rgaparaNs Page 3 of 3 APPENDIX D Lead Inspection Report Environmental Specialties 12512 Littlerock Road SW,Olympia,WA 98512•(253)683-1144 Lead Paint Sampling January 4, 2022 Owner: City of Kent Parks, Recreation& Community Services 220 4' Ave S Kent, WA 98032 Project: House 10028 SE 267th Kent, WA 98032 Attached are the sample analyses for the lead paint sample collected of the interior paints found in the building. Paints on the outside surfaces of the house are newer style latex paints and stain dating from later remodels post 1978 when lead paints were phased out. The interior paint has some walls and ceilings that are pre-1978 and were tested. Lead content of interior paint was the reporting limit for lead content. Sincerely, Robert F. Simons Project Manager CHAIN OF C STODY LAB#:oL / EMC Labs,Inc. Page f o f 9830 S.51"St.,Ste B-109 TAT Phoenix,AZ 85044 (480)940-5294 Fax(480)M-1726 Rec'd: COMPANY NAME: Environmental Specialties EWLLTO: (If Different Location) Address: 12512 Littlerock Road SW Environmental Specialties Olympia,WA 98512 12512 Littlerock Rd SW CONTACT: Robert Simons Littlerock, WA 98512-9238 Phone/far: 253-683-1144 Email: rsmsf@hotmaii.com Now Accepting: VISA—MASTERCARD Price Quoted: ._/Sample $ - 1 Layers COMPLETE ITEMS 1-4: (Failure to complete any�ite =_Gy cause a delay in processing or analyzing your samples) 1. TURNAROUND TIME: [Same Day Rush] [3-4-5 Days] 18-10 Days] ""`*PCL4T confirmation of turnaround time is reZ%jE d ""Additional charges for rush analysis(please call marketing department for pricing details) ""Laboratory analysis may be subject to delay if credit terms are not 2. TYPE OF ANALYSIS: [Bulk-PLM] [Air-PC [Lead [Point Count] {Fungi:AOC,W-C,Bulk,Swab,Tape] 3. DISPOSAL INSTRUCTIONS: [Dispose Of same es at EMC] 1 [Return samples to me at my_.expel _ (If you do not indicate reference,EMC will dispose ofsamples.30 da from analysis.) 4. Project Name: P.O. Number:_- _ ProjectNumber: f DMZ S � 7' k EMC CLIENT DATE&71ME LOCATION/MATERIAL Samples AIA SAMPLE INFO COMMENTS SAMPLE 8 SAMPLE N SAMPLED TYPE Accepted ON OFF ROW Yes / No RATE . r Y N Y N Y N i Y N Y N Y N Y N Y N Y N Y N Y N Y N Y N Y N SPECIAL INSTRUCTIONS:' Sample Collector: (Print) � (Signature) - - — Relinquished by:214 DatefTime — Received Date/Time:Relinquished :` Lecevey Date/Time Relin uishedb�Y Date/Time Received by: ` DateTme:_ * In the event of any dispute between the above parties for these services or otherwise,parties agree that jurisdiction and venue will bet in Phoenix,Arizona and prevailing party will be entitled to attorney's fees and court costs. 9; 9 EMC LABS, INC. 9830 South 5111 Street.Suite B-109 f PHOENIX.ARIZONA 85044 r 480-940.5294 or 800.362-33731 FAX 480-893.1726 lat•s u)in LEAD (Pb) IN PAINT CHIP SAMPLES EMC SOP METHOD #L01/1 EPA SW-846 METHOD 7420 EMC LAB#: L89390 DATE RECEIVED: 01/07/22 CLIENT: Environmental Specialties REPORT DATE: 01/10/22 DATE OF ANALYSIS: 01/10/22 CLIENT ADDRESS: 12512 Littlerock Road SW P.O.NO.: Olympia,WA 98512 PROJECT NAME: Kent Parks— 10028 SE 267"Kent PROJECT NO.: EMC# SAMPLE CLIENT DESCRIPTION REPORTING %Pb BY 1,89390- DATE/22 SAMPLE# LIMIT WEIGHT (%Ph by weight) 1 O1!04 1 Interior Paint- Wall -KitTamil} 0.010 BRL ^ =Dilution Factor Changed =Excessive Substrale May 131as Sample Results BRL=Below Reportable Limits it= Very Small Amount Of Sample Submitted.May Affect Result This report applies to the standards or procedures identified and to the samples tested only.The test results are not necessanly indicative or representative of the qualities of the W from which the sample was taken or of apparently identical or similar products.nor do they represent an ongoing quality assurance program unless so noted Unless otherwise noted- al I quality Control analyses for the samples noted above were wth n aCCeptable limits. Where it is noted that a sample with excessive substrate was submitted for laboratory analysis such analysis may be biased The lead content of such sample may,in actuality,be greater than reported EMC makes no warranty,express or implied as to the accuracy of the analysis of samples noted Iv have been submitted with excessive substrate.Resampling is recommended in such situations to verify anginal laboratory results EMC labs.lnc (IC 101586)is accredited by the AIHA Laboratory Accredtation Programs.LLC(At HA-LAP,LLC) in the Environmental Lead accreditation Program(s)for Paint,Settled dust by Wipe.Soil and Airbome Dust Fields of TeMi rig as documented by the Scope of Accreditation Certificate and assoaated Scope.AI HA-LA P,LLC accreditation complieswith the ISOAEC Standard 17025:2017 requirements The customer provides the Project number,name.address, sampling date,identification,and description EMC Labs,Inc.is an EPA Recognized Testing Lab These reports are for the exclusive use of the addressed client and are rendered upon the Condition that they will not be reproduced wholly or in part for advertising or other purposes over our signature or in connection with our name without special written permission.Samples not destroyed in testing are retained a maximum of sixty(60)days. ANALYST: QA COORDINATOR: Jason Thompson Kurt Kettler Ver.11/30/06 Revision 08/14/2021 Page I of 1 APPENDIX E Prevailing Wages State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12.21 .2022 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf $71.53 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition $70.09 15J 41J View Mastic King Cement Masons Application of all Epoxy $69.59 15J 41J View Material King Cement Masons Application of all Plastic $70.09 15J 41J View Material King Cement Masons Application of Sealing $69.59 15J 41J View Compound King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 41J View King Cement Masons Composition or Kalman Floors $70.09 15J 41J View King Cement Masons Concrete Paving $69.59 15J 41J View King Cement Masons Curb Et Gutter Machine $70.09 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $69.59 15J 41J View King Cement Masons Curing Concrete $69.59 15J 41J View King Cement Masons Finish Colored Concrete $70.09 15J 41J View King Cement Masons Floor Grinding $70.09 15J 4U View King Cement Masons Floor Grinding/Polisher $69.59 15J 4U View King Cement Masons Green Concrete Saw, self- $70.09 15J 4U View powered King Cement Masons Grouting of all Plates $69.59 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $69.59 15J 4U View King Cement Masons Gunite Nozzleman $70.09 15J 4U View King Cement Masons Hand Powered Grinder $70.09 15J 4U View King Cement Masons Journey Level $69.59 15J 4U View King Cement Masons Patching Concrete $69.59 15J 4U View King Cement Masons Pneumatic Power Tools $70.09 15J 4U View King Cement Masons Power Chipping 8t Brushing $70.09 15J 4U View King Cement Masons Sand Blasting Architectural $70.09 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 4U View King Cement Masons Spackling or Skim Coat $69.59 15J 4U View Concrete King Cement Masons Troweling Machine Operator $70.09 15J 4U View King Cement Masons Troweling Machine Operator on $70.09 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $89.94 15J 4C View King Divers Et Tenders Diver $126.05 15J 4C 8V View King Divers Et Tenders Diver On Standby $84.94 15J 4C View King Divers Et Tenders Diver Tender $77.16 15J 4C View King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.09 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.59 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers Et Tenders Remote Operated Vehicle $77.16 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $71.98 15J 4C View Tender King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F View King Drywall Applicator Journey Level $71.53 15J 4C View King Drywall Tapers Journey Level $70.61 5P 1 E View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $99.36 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $106.81 7C 4E View King Electricians - Inside Certified Welder $95.98 7C 4E View King Electricians - Inside Certified Welder (tunnel) $103.09 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $92.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $99.36 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $88.89 5A 4D View Construction King Electricians - Powerline Certified Line Welder $81.65 5A 4D View Construction King Electricians - Powerline Groundperson $52.91 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $70.02 5A 4D View Construction King Electricians - Powerline Meter Installer $52.91 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4D View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction King Electronic Technicians Journey Level $60.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In-Factory $20.62 513 1 R View Products Work Only King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1y View King Heat Et Frost Insulators And Journey Level $84.58 15H 11 C View Asbestos Workers King Heating Equipment Mechanics Journey Level $94.11 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $59.85 15J 4V 8Y View King Industrial Power Vacuum Journey Level $14.49 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 King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $14.49 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $82.03 7N 10 View King Laborers Air, Gas Or Electric Vibrating $56.80 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper-paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $57.84 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $56.80 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $56.80 15J 4V 8Y View C) King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman-Dinky Locomotive $59.95 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $48.14 15J 4V 8Y View Chair King Laborers Tamper 8t Similar Electric, Air $57.84 15J 4V 8Y View & Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work-Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $167.58 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $182.40 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work-Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer General Laborer 8t Topman $56.80 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $57.84 15J 4V 8Y View 8t Water King Landscape Construction Landscape $43.76 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E IN View King Metal Fabrication (In Shop). Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication (In Shop). General Laborer $30.07 151 11 E View King Metal Fabrication (In Shop). Mechanic $43.63 151 11 E View King Metal Fabrication (In Shop). Welder/Burner $39.28 151 11E View King Millwright Journey Level $73.08 15J 4C View King Modular Buildings Cabinet Assembly $14.49 1 View King Modular Buildings Electrician $14.49 1 View King Modular Buildings Equipment Maintenance $14.49 1 View King Modular Buildings Plumber $14.49 1 View King Modular Buildings Production Worker $14.49 1 View King Modular Buildings Tool Maintenance $14.49 1 View King Modular Buildings Utility Person $14.49 1 View King Modular Buildings Welder $14.49 1 View King Painters Journey Level $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 7Q 1 R View King Plasterers Nozzleman $71.49 7Q 1 R View King Playground Et Park Equipment Journey Level $14.49 1 View Installers King Plumbers Et Pipefitters Journey Level $95.69 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11 H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $75.35 15J 11G 8X View Equipment King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $75.35 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $78.80 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $80.12 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $79.41 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $82.76 7A 11 H 8X View over King Power Equipment Operators Cranes, A-frame: 10 tons and $75.55 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $81.12 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $79.62 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11 H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $79.41 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $75.35 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $79.41 151 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $79.41 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $80.12 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $79.41 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $78.80 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $79.41 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $79.00 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $79.41 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $80.92 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $80.12 151 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $75.35 15J 11G 8X View Distribution &t Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $78.80 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $79.62 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $81.12 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $79.41 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $79.41 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $80.12 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $79.00 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $78.80 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $79.41 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $80.12 151 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $80.12 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $81.97 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $81.12 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $82.76 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $80.12 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $79.00 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $80.12 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $80.33 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $75.35 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $75.35 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $78.80 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $80.12 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $79.41 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $82.76 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $75.55 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $81.12 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $82.76 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $80.33 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $81.97 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $79.00 7A 11 H 8X View Underground Sewer Et Water attachments, a-frame over 10 tons King Power Equipment Operators- Crusher $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $79.41 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $80.92 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $75.35 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $79.41 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $79.41 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $80.12 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $79.41 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $78.80 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $79.41 15J 11G 8X View Underground Sewer 8t Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $81.75 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $79.41 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $80.92 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $75.35 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $78.80 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $79.62 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $81.12 7A 11 H 8X View Underground Sewer 8t Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $79.41 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Quick Tower: no cab, under $79.41 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $80.12 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $75.55 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $79.00 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $78.80 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $79.41 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Saws - Concrete $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $79.41 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $80.12 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $81.97 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $81.12 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $80.12 15J 11G 8X View Underground Sewer 8t Water Type King Power Equipment Operators- Trenching Machines $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $66.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $71.53 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $95.69 6Z 1 G View Pipefitters King Residential Refrigeration Et Air Journey Level $91.51 6Z 1 G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $55.54 5A 3J View King Residential Sprinkler Fitters Journey Level $55.95 5C 2R View .(Fire Protection). King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $94.11 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $84.58 15H 11 C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $50.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $84.58 15H 11 C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $55.78 0 1 View .(Electrical). King Sign Makers Et Installers (Non- Journey Level $35.73 0 1 View Electrical). King Soft Floor Layers Journey Level $55.56 5A 3J View King Solar Controls For Windows Journey Level $14.49 1 View King Sprinkler Fitters (Fire Journey Level $90.99 5C 1X View Protection). King Stage Rigging Mechanics (Non Journey Level $14.49 1 View Structural). King Stone Masons Journey Level $66.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $79.00 7A 11 H 8X View Surveyor King Surveyors Chainman $75.55 7A 11 H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11 H 8X View King Surveyors Drone Operator (when used in $75.55 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $75.55 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $60.10 7E 1 E View King Telephone Line Construction - Cable Splicer $39.15 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.29 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $32.72 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.00 5A 2B View Outside King Terrazzo Workers Journey Level $60.36 7E 1 N View King Tile Setters Journey Level $60.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $51.90 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J 11M 8L View King Truck Drivers Dump Truck $71.61 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $72.45 15J 11M 8L View King Truck Drivers Other Trucks $72.45 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $14.49 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers Signature: 2LL� �701y16I)W /-/ Signature: Terry Ju gman(Feb ,202316:48 PST) Email: tjungman@kentwa.gov Email: rlashley@kentwa.gov Signature: Juli arascondola(Feb 23,202312:20 PST) Email: jparascondola@kentwa.gov Skycorp-Upper MC Buiding Demo-CONTRACT Final Audit Report 2023-02-23 Created: 2023-02-10 By: KateLynn Jennings(kjennings@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAIZeNy8H5Lwimb5os5HTp3m2QddKkAYOH "Skycorp-Upper MC Buiding Demo-CONTRACT" History Document created by KateLynn Jennings (kjennings@kentwa.gov) 2023-02-10-0:02:39 AM GMT-IP address: 146.129.252.126 Document emailed to tjungman@kentwa.gov for signature 2023-02-10-0:07:10 AM GMT Email viewed by tjungman@kentwa.gov 2023-02-10-0:45:50 AM GMT-IP address: 146.129.252.126 Signer tun man kentwa. ov entered name at signing as Terry Jun man �'Q 9 1 9 @ 9 9 9 Y Jung man -0:48:40 AM GMT-IP address: 146.129.252.126 L'i� Document e-signed by Terry Jungman (tjungman@kentwa.gov) Signature Date:2023-02-10-0:48:42 AM GMT-Time Source:server-IP address: 146.129.252.126 Document emailed to Ronald Lashley (rlashley@kentwa.gov)for signature 2023-02-10-0:48:47 AM GMT I I Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2023-02-11 -0:01:39 AM GMT-IP address: 146.129.252.126 L'e Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date:2023-02-11 -7:52:12 PM GMT-Time Source:server-IP address: 146.129.252.126 Document emailed to skyler waldal (skycorpltd@yahoo.com)for signature 2023-02-11 -7:52:19 PM GMT Email viewed by skyler waldal (skycorpltd@yahoo.com) 2023-02-22-11:57:42 PM GMT-IP address:24.16.61.128 New document URL requested by skyler waldal (Skycorpltd@yahoo.com) 2023-02-22-11:57:48 PM GMT-IP address:24.16.61.128 ^ Powered by r � Adobe HT Acrobat Sign 'Q Document e-signed by skyler waldal (skycorpltd@yahoo.com) Signature Date:2023-02-22-11:59:30 PM GMT-Time Source:server-IP address:24.16.61.128 Document emailed to Julie Parascondola Qparascondola@kentwa.gov)for signature 2023-02-22-11:59:34 PM GMT Email viewed by Julie Parascondola (jarascondola@kentwa.gov) 2023-02-23-8:20:24 PM GMT-IP address: 146.129.252.126 Document e-signed by Julie Parascondola Qparascondola@kentwa.gov) Signature Date:2023-02-23-8:20:46 PM GMT-Time Source:server-IP address: 146.129.252.126 Agreement completed. 2023-02-23-8:20:46 PM GMT Powered by Adobe `--�EHT Acrobat Sign