Loading...
HomeMy WebLinkAboutPW11-269 - Original - Scarsella Brothers, Inc. - Horseshoe Bend East & West Secondary Levee Construction - 08/02/2011 3 } Records Manageme'-nruw KENT WASHINGTON Document �3m_ CONTRACT COVER SHEET 4 This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Scarsella Bros., Inc. Vendor Number: JD Edwards Number III Contract Number: got 1- ,�2(09 This is assigned by City Clerk's Office Project Name: Horseshoe Bend East and West Secondary Levees Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 8/2/11Term!nation Date: 60 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Constructing approximately 1,797 linear feet of levee including an asphalt trail on the_ levee and other miscellaneous work. q!�� i d S Public\RecordsManagement\Farms\ContractCover\adcc7832 11/08 SIGNED CONTRACT CITY OF KENT KING COUNTY, WASHINGTON ; KENT SPECIAL PROVISIONS FOR Horseshoe Bend Levee Improvements j East and West River Bend Secondary Levees Project Number: 09-3005.7 a BIDS ACCEPTED UNTIL BID OPENING July 12, 2011 June 12, 2011 12:45 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 4^4 KENT W A 5 H I N G T O N i PUBLIC WORKS DEPARTMENT Timothy J LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 • Fax 253-856-6500 K FE T ry H 5 4 I M G TON PHONE: 253-856-5500 tCITY OF KENT KING COUNTY, WASHINGTON Horseshoe Bend Levee Improvements East and West River Bend Secondary Levees fProject Number: 09-3005.6 ADDENDUM No. 1 June 29, 2011 G FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project F Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH THE ONLINE VERSION OF THE SPECIFICATIONS HAVE BEEN CORRECTED TO REFLECT THE CHANGES LISTED BELOW. I - BIDDER'S DOCUMENT f Tab 1 - Stamped Cover Page REPLACE the 2011 Water Improvements stamped cover with the attached stamped cover page. Tab 1 - Invitation to Bid t REPLACE the 2011 Water Improvements Invitation to Bid with the attached Invitation to Bid. END OF ADDENDUM No. 1 net-I 3 Chad Bieren, P.E. Date City Engineer 3 Attachments: Stamped cover page 3 Invitation to Bid 3 0 MAYOR SUZETTE COOKE CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR f Horseshoe Bend Levee Improvements j East and West River Bend Secondary Levees Project Number: 09-3005.7 BIDS ACCEPTED UNTIL BID OPENING July 12, 2011 June 12, 2011 12:45 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR OF WAS 1 4^4 +R a 317194�9 (� 2i l KENT WA 5 H IN O T O N f 1 INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 12, 2011 up to 12:45 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 1:00 p.m. for the City of Kent project named as follows: tHorseshoe Bend Levee Improvements East and West River Bend Secondary Levees Project Number: 09-3005.7 The project consists of construction of approximately 1,797 linear feet of levee including an asphalt trail on the levee and other miscellaneous work. Included are approximately 31,711 tons of levee fill, 4,706 cubic yards of excavation and 1,563 tons of crushed rock. The Engineer's estimated range for this project is approximately $1 million to $1.3 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Mark Madfai at (253) 856- 5521. 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 will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, postal money order or surety bond in the amount of 5% of the bid is required. 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 sixt (60) days after the day of bid opening. Dated this 22nd day of June , 2011. Brenda Jacober, Q Clerk Published in Kent Reporter on July 1, 2011 Daily Journal of Commerce on June 28 and July 5, 2011 TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans j Tab 6 WSDOT Standard Plans Tab 7 Miscellaneous Details Tab 8 Traffic Control Plans Tab 9 Prevailing Wage Rates SLR �S£LL& t j CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Horseshoe Bend Levee Improvements East and West River Bend Secondary Levees Project Number: 09-3005.7 BIDS ACCEPTED UNTIL BID OPENING July 12, 2011 suLy -ape 12, 2011 12:45 P.M. 1:00 P.M. DELIVER TO t CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 04'WASkP 0 apt»s f � � 1 j KENT _ t � WASH ] NGTO N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy a Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form ICombined Affidavit & Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Bidders Checklist Payment and Performance Bond Contract Table of Contents 3 Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Miscellaneous Details Traffic Control Plans I i Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 12, 2011 up to 12:45 p.m. as shown on the clock on the east wall a of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. 9 All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 1:00 p.m. for the City of Kent project named as follows: Horseshoe Bend Levee Improvements East and West River Bend Secondary Levees Project Number: 09-3005.7 The project consists of construction of approximately 1,797 linear feet of levee including an asphalt trail on the levee and other miscellaneous work. Included are approximately 31,711 tons of levee fill, 4,706 cubic yards of excavation and 1,563 tons of crushed rock. The Engineer's estimated range for this project is approximately $1 million to $1.3 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Mark Madfai at (253) 856- 5521. 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 will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, postal money order or surety bond in the amount of 5% of the bid is required. i 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. iNo bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 22nd day of June , 2011. BY: ae c.r- ti Brenda Jacober, City k Published in Kent Reporter on July 1, 2011 Daily Journal of Commerce on June 28 and July 5. 2011 CONTRACTOR COMPLIANCE STATEMENT II (President's Executive Order #11246) i i Date 7 This statement relates to a proposed contract with the City of Kent named i Horseshoe Bend Levee Improvements East and West River Secondary Levees Project Number: 09-3005.7 I am the undersigned bidder or prospective contractor. I represent that - 1 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY: V, P_ ignature/Title P. 6. 9DA (.�? (,J-7 sr,q- T-T -E. Loa 92�1tr8—t7bg7 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Horseshoe Bend Secondary Levees/Madfai 1 June 22, 2011 Project Number 09-3005 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY I i The City of Kent is committed to conform to Federal and State laws regarding equal I opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract, The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. i 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or i physical disability. j3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as r set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this �a day of -3-UL , 2011. 1 By: aoe> For: SCAksELLq 49P-0S =t,)c. Title: V l LE ]EIEILs i p,CKf7 Date: �TldL�J lai QZ 11 Horseshoe Bend secondary Levees/Madfai 2 June 22, 2011 Project Number 09-3005 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 � 7 3 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor k POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts 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. s 2. Actively consider for promotion and advancement available minorities and women. ; Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of r contract and subject to suspension or termination for all or part of the contract. a `1 Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. r 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. t t Horseshoe Bend Secondary Levees/Madfai 3 June 22, 2011 Project Number 09-3005 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. iI, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Horseshoe Bend Levee Improvements - East and West River Bend Secondary Levees/Project Number: 09-3005.7 that was entered into on the (Date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of , 2011. a By: For: I Title: j Date: 1 j j Horseshoe Bend Secondary Levees/Madfai 4 June 22, 2011 Pro3ect Number 09-3005 PROPOSAL To the City Clerk City Hall I Kent, Washington 98032 tThe undersigned hereby certifies that Sc AQSE_LL_q 69 Gs P]G has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Horseshoe Bend § Levee Improvements - East and West River Bend Secondary Levees/Project Number: 09-3005.7 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract documents 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 documents, and at the following schedule of rates and prices: NOTE TO BIDDERS: a 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. i2) Proposal items are numbered in sequence but are non-continuous. M 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 i identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 1 ' Horseshoe Bend Secondary Levees/Madfai 5 June 22, 2011 Project Number 09-3005 jSCHEDULE I — LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ g0,000.00 $ 80,000,00 WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ 7, S-00.00 $ 7,S`00, 00 WSDOT LUMP SUM Per LS 1007 2-01.5 7 Evergreen Rootwad with 5'-6' $ a.Sn•DO $ 11 7SD, 0b KSP EACH High Trunk (Haul and Per EA Stockpile) 1010 2-02.5 125 Remove Existing Asphalt $ (p.SD $ g 1 a .go KSP SQ YDS Concrete Pavement Per SY a j1050 2-02.5 100 Saw Cut Existing Asphalt $ q. OD $ L(Dp, O6 KSP LN FT Concrete Pavement Per LF 1 1060 2-03.5 50 Roadway Excavation Incl. $ /01 DO $ S00.0D WSDOT CU YDS Haul Per CY �I 1065 2-03.5 2,000 Unsuitable Foundation $ q. 00 $ 8,000. 00 WSDOT CU YDS Excavation Incl. Haul Per CY 1075 4-03.5 40,000 Gravel Borrow for Levee $ 9. 30 $3-7aI0o0, 00 KSP TONS Embankment, Including Haul Per TON 1 and Compaction ($2.50 Min) 1 1080 4-04.5 2,000 Crushed Surfacing Top $ /8. O 0 $ 3(0, 0D0. 00 KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) i Horseshoe Bend Secondary Levees/Madfai 6 June 22, 2011 Project Number 09-3005 I +� SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1095 5-04.5 75 HMA Class 1/2", PG 64-22 $ a00, 00 $ /S, 000.. 00 KSP TONS Per TON 1255 8-12.5 11300 Remove Fence $ a SO $ 3 a's-0,00 KSP LN FT Per LF i 1270 8-12.5 500 Temporary Fencing $ -T Oa $ a1 SC)0, 0(7 KSP LN FT Per LF s 1280 8-12.5 450 Install New Chain Link Fence $ a-S: 0 0 $ KSP LN FT Per LF B 1290 8-26.5 16 Removable Bollard $ /,Qsr.00 $ a0, 000.o0 KSP EACH Per EA 1320 8-30.5 4 Project Sign $ a50, 00 $ /, 000. oo KSP EACH Per EA 1325 2-01.5 14 Remove Existing Tree $ ao+0,0O $ a ,90CD. 00 KSP EACH (4" to 24" DBH) Per EA ' 1326 2-01.5 12 Remove Existing Tree $ 3 00, 00 $ 00. 0 0 KSP EACH (25" to 48" DBH) Per EA 1327 2-01.5 1 Remove Existing Tree $ (000.00 $ (0 00. 00 KSP EACH (49" to 60" DBH) Per EA i Horseshoe Bend Secondary Levees/Madfai 7 June 22, 2011 Project Number 09-3005 SCHEDULE I - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1330 2-07.5 200 Watering $ 100,00 $ ao, 000.00 KSP HOURS Per HR 1 1355 1-04.4(1) 1 Minor Changes $10,000 00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders >� 1360 2-03.5 1,800 Inspection Trench $ S (00 $ 10, 080. 00 KSP LN FT Per LF 1370 2-05.5 500 Reinstallation of Existing $ S, 00 $ a/S00, 00 KSP EACH Bulk Bags Per EA Schedule I Total $ 0 Sc{a• Sd r r r i 1 4 k ' Horseshoe Bend Secondary Levees/Madfai 8 June 22, 2011 Project Number 09-3005 SCHEDULE V — TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 1,200 Traffic Control Labor $ .01 $ I a, 00 KSP HOURS Per HR 5010 1-10.5 500 Construction Signs Class A $ S,00 $ a, .500. 00 KSP SQ FT Per SF 5015 1-10.5 300 Traffic Control Supervisor $ . (Dl $ 3. OCR KSP HOURS Per HR 1 � 5020 1-10.5 1 Temporary Traffic Control $ .;),0,000.00 $ Q-0,00G.00 KSP LUMP SUM Devices Per LS 5030 1-10.5 100 Portable Changeable Message $ 10, o0 $ 1, 000, 00 KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 100 Sequential Arrow Sign (SAS) $ /0. 00 $ 1/ 0 p0, 00 KSP DAYS Per DAY i Schedule V Total $_ a� S /S, 00 t 1 i Horseshoe Bend Secondary Levees/Madfai 9 June 22, 2011 Project Number 09-3005 jSCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 2 Seeding, Fertilizing, and $ a,S00,00$ 5 000. 0 0 KSP ACRE Mulching Per AC 7005 8-01.5 2,000 Filter Fabric Fence $ 3, SO $ 7 pod, 0 0 KSP LN FT Per LF 7006 8-01.5 100 Straw Wattle $ 3,Q-5 $ 3a5. 00 KSP LN FT Per LF 7015 8-01.5 2 Inlet Protection $ 100, oo $ a00. 00 KSP EACH Per EA 6 7020 8-01.5 9,000 Straw Mulch - Hand Applied $ . 600 $ S40Q, 00 KSP SQ YDS Per SY 7025 8-01.5 2,000 Clear Plastic Covering $ a, 00 $ 00o. 00 KSP SQ YDS Per SY 7030 8-01.5 800 ESC Lead $ . of $ g pp KSP HOURS Per HR I 7055 8-01.5 1 Erosion/Water Pollution $20,000 00* $20,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7070 8-01.5 500 Temporary Construction $ 020, 0p $ /D, 000, 00 KSP TONS Entrance Per TON i Schedule VII Total $ S 9 3 3. 00 Horseshoe Bend Secondary Levees/Madfai 10 June 22, 2011 Project Number 09-3005 7 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8005 8-02.5 1,500 Topsoil Type A $ a7. 8v $ gl, '700, 00 KSP CU YDS Per CY 1 Schedule VIII Total $_ �/� '7 0 0, 00 I a I 6 I a i + Horseshoe Send Secondary Levees/Madfai 11 June 22, 2011 Project Number 09-3005 1 BID SUMMARY Schedule I (0 Q 5 ��• SZj i Schedule V � � S/S, © O Schedule VII ��y 93 3 . C a Schedule VIII 41 7 © 0 d O t) 9.5 WA State Sales Tax �09, TOTAL BID AMOUNT r 1 I r r r r 3 r 1 Horseshoe Bend Secondary Levees/Madfat 12 June 22, 2011 Protect Number 09-3005 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. 4 Project Name: Horseshoe Bend Levee Improvements - East and West River Bend Secondary Levees Project Number: 09-3005.7 1 Subcontractor Name Item Numbers } Subcontractor Name Item Numbers a tSubcontractor Name Item Numbers I Subcontractor Name Item Numbers Subcontractor Name Item Numbers { Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 0e3 z AKS[L-iA V.P. Horseshoe Bend Secondary Levees/Madfai 13 June 22, 2011 Project Number 09-3005 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: CFl 2.s E LLI=1 ,5 -=Oc . Project Name: Horseshoe Bend Levee Improvements - East and West River Bend Secondary Levees Project Number: 09-3005.7 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors , to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: i Plumbing Subcontractor Name: Electrical Subcontractor Name: r Sigilature of Bidder Date i� i 1 Horseshoe Bend Secondary Levees/Madfai 14 June 22, 2011 Protect Number 09-3005 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA i ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS J PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so i as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. 1 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 y period. The city may deliver this notice by hand delivery, email, facsimile, or regular ' mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. ' Horseshoe Bend Secondary Levees/Madfai 15 June 22, 2011 Project Number 09-3005 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. rTHIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. 0 The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. v SUBMITTED BY: SCAKSELLQ NAME: J3b13 S CArC,sCLLA ADDRESS: 3o>C (�a�rn97 s�q rr��� c3A qg/6,Z-0(,�47 PRINCIPAL OFFICE: L(��5£LLIa �R®S _ =he—, ADDRESS: 1 sfA-T-rL�, G)A �r81b'�4-0(o T7 I PHONE: 3 FAX: 1. STATUTORY REQUIREMENTS r1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. A-rtAc41ET) t1.2 Provide your current state unified business identifier number. S78-p3.S'-aq-a 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 1 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. A-r-i'R-+c �rnPut{rnev; 9£;Ctk_tTtt a19, Sly -oo -/ s-r-FITE TAX --ii 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). RTTA04&D Horseshoe Bend Secondary Levees/Madfai 16 June 22, 2011 Pro3ect Number 09-3005 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 53 2.2.1 Under what other or former names has your organization operated? 5c(42s£Lc-R ekcts- 2.3 If your organization is a corporation, answer the following: ' 2.3.1 Date of incorporation: 2.3.2 State of incorporation: wPs141"-ronJ 2.3.3 President's name: FkApK 5CA"DLO 2.3.4 Vice-president's name(s): i�-, -000 scA"s_Li.A, -8oA2> SCA"L-JLA, 2.3.5 Secretary's name: A, ao&J scgeSEL_cPr GiNo sc�esFu� �«KscPresEuA 2.3.6 Treasurer's name: FKAr.r_ scFtesE��A 2.4 If your organization is a partnership, answer the following: N/A- 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 01 P, i2.5.1 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: f} 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. s was�i�t7on� s-r��' ScF}�;3sib3.F38 err4 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. � s—CWcr., WA7-E2, 3RtD6& Lclorz-� 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? I30 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? f30 Horseshoe Bend Secondary Levees/Madfai 17 June 22, 2011 Project Number 09-3005 a 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) NO 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. SSF— Pr —rp<�flE� 4.4.1 State total worth of work in progress and under contract:$L1t8, 099, g/a 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. S£�E R-FrRct-EQ 4.5.1 State average annual amount of construction work performed during the past five years: */o o t-t ILLIo>J 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. PA rAcfhFn 4.7 On a separate sheet, list your major equipment. yr rACl+X S. REFERENCES 5.1 Trade References: Me- MAct+(a)E" i M�F�K �'����� 5.2 Bank References: 6ANK OF AH P—ICO Ro,&5e7r 3oswFu , ao(,- 3S8-Os�FI goo- st Av�.� 3(;- FLoor- , sCP,-r�, wa 5.3 Surety: 5.3.1 Name of bonding company: sHFc- o of aMeklc-R 5.3.2 Name and address of agent: PROPEL zn�sur uc� i aim e1wD62 P, o, Box a9�o 6. FINANCING TA,0(nA) WA Dggo 6.1 Financial Statement. W(LL 0,-c SUBHrrrD UPON AW42p of � A� fAfter 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 an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Horseshoe Bend Secondary Levees/Madfai 18 June 22, 2011 Project Number 09-3005 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). 9 6.1.2 Name and address of firm preparing attached financial statement, l and date thereof: I 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). a ' 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of NULL.! , 2011. Name of Or a ti SCA L zn>C. By: sC_APs�_Lc_n J,P, ; Title: VICF_ PF—esipcnT e7.2 Bow Sc4-4i2sc LLA , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this a day of� � 2011. ' Notary Public: My Commission Expires: 8 / NOTARY WASN,����� f Horseshoe Bend Secondary Levees/Madfai 19 June 22, 2011 ' Project Number 09-3005 ' r Detach And Display Certificate Bt 1Z0037 DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS-PROVIDED BYLAW AS a CONST CONTR GENERAL g REGISST x _ EXP,DATE CC61 SCA 5/7f2013' ., EFFECTIVE DATE 1,28/1982� a SCARSELLA BROS INC P O BOX 68697 SEATTLE WA 98168-0697 r625-052-000(8,97) ' Detach And Display Certificate 1 i 3 j f I I I MASTER LICENSE SERVICE PO Box 9034.Olympia,WA 98507-9034•(360)664-1400 REGISTRATIONS AND LICENSES , STATE OF WASHINGTON12 Unified Business ID #: 578 035 242h k, Domestic Profit Corporation Business ID #: 1 Location: 3 Expires: 06-30-2012 SCARSELLA BROS. INC. 19460 84TH AVE S KENT WA 98032 ' TAX REGISTRATION UNEMPLOYMENT INSURANCE INDUSTRIAL INSURANCE CITY LICENSES/REGISTRATIONS: SPOKANE VALLEY GENERAL BUSINESS LICENSING RESTRICTIONS: Not licensed to hire persons under age 18 at this location. hl x a , f 1" I; C� The licensee named above has been Issued the business registrations or licenses ' p listed By accepting this document the licensee certifies the information provided z h on the application for these licenses was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted In compliance with - z; (� all applicable Washington state,county,and city regulations Director.Department of Licensing r{ 1 N 1 �I QI o N 41 0l O M � N I =j c#{ Y O N C7 � I o-i, • s i � O N { U Q I er '� t5 O S M Z 2KZ = ,i" 1 1 1E o 2 m o 0 o n z°D N N Ooae X ZJ S10 f JWQ Ln <!-�ItP 0GL> v,,y,, 'I M J 00 G LD K O W i "4, O W Z W H J Z n Ln ZA NY FMB A. N j m Iqi 9 Heave-Highway • • ' Construction An Equal �mur,�a i • i Opportunity Employer 4 � s i J ' July 12, 2011 ,E 1. STATUATORY REQUIREMENTS h 1.4 STATEMENT ;f To Whom It May Concern: This statement is to certify that Scarsella Bros., Inc. has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.05(3) in the past three (3) years. Should you have any questions or concerns,please feel free to call. f Sincerely, ob Scarsella Vice President ' P.O.Box 68697 • Seattle,Washington 98168-0697 • Tel: (253)872-7173 • Fax: (253)395-1209 AK Lc #34714 • AZ Lic #ROC249216 • CA Lic #779354 • ID Lic #10394-AAA-1-2 MT Lic #34542 • OR Lic #96884 • WA Lic #SCARSBI183B8 Heavy-Highway • Construction An Equal N Ow uniOpportty Employer 'I AS OF MARCH 2O11 ESTIMATED START J CONSTRUCTION PROJECTS IN PROGRESS CONTRACT AMOUNT COMPLETION DATE DATE Ferrum to Wister,CA on Railroad's Yuma Subdivision $27,391,918 50 07/13 04/04/11 I 1 Contract No 47637 Union Pacific Railroad Company,631 S 7`h St,Phoenix,AZ 85034 Danny King, (971)404-6022 Type of Work Grading/Subballast for 20 Miles of New Main Track(Prime),Percent Complete 0%, Estimated Cost of Prime Work 75% ' 1-90 Sullivan Rd to Barker Rd.-Addlttonal Lanes $2,454,252.70 12/11 04/04/11 Contract No 8022 WSDOT, 2714 Mayfair St., Spokane, WA Darrell McCallum, P E,(509)323-8412 Type of Work Highway(Subcontractor to Acme Concrete Paving, Inc),Percent Complete 0% Gratzer Park—Phase 1 $428,821 61 07/11 04/04/11 Contract No 7053 City of Orting, P O Box 489.Orting, WA 98360-0489 j Mr JC Hungerford,(253) 863-5128 f Type of Work Site Work(Prime),Percent Complete 0%,Estimated Cost of Prime Work 60% ' NE Novelty Hill Rd,Phase I $17,622,573 20 03/13 03/28/11 Contract No 52510 ' King County,401 Fifth Ave Yd Floor,Chinook Bldg, Seattle,WA 98104 Wes Chin.(206)423-1061 Type of Work Highway (Prime), Percent Complete 0%, Estimated Cost of Prime Work 50% j a 185`h Ave.N E Extension Project $1,567,933.22 02/12 03/07/11 Contract No 101197 City of Redmond, MS 1NPW,P.O Box 97010,Redmond,WA 98073-9710 Steven Gibbs, P E, (425)556-2729 Type of Work Highway(Prime)Percent Complete 0%, Estimated Cost of Prime Work 50% e Spokane Int'l Airport Line of Sight Bid Package No.2 $5,752,568 25 08/11 03/07/11 Contract No 101-11 Spokane Int'1.Airport, P O Box 19186, Spokane,WA 99219-9186 Matt Breen,(509)455-6414 { ' Type of Work Highway(Subcontractor to Acme Concrete Paving,Inc.),Percent Complete 2% Sunset Route-Seg 2,Cactus to Araz,CA Yuma Subdivision $521,948.20 04/11 01/10/11 Contract No 46964 Union Pacific Railroad Company,631 S.7a'St,Phoenix,AZ 85034 Danny King,(971)404-6022 Type of Work Site Work(Prime),Percent Complete 26%, Estimated Cost of Prime Work 95% ' 1 i ' P.O.Box 68697 • Seattle,Washington 98168-0697 • Tel:(253)872-7173 • Fax:(253)395-1209 AKLic #34714 • AZ Lie #ROC249216 • CA Lie #779354 • ID Lie #10394-AAA-1-2 MT Lie #34542 • OR Lic #96884 No WA Lie #SCARSBI183B8 i I ESTIMATED START CONSTRUCTION PROJECTS IN PROGRESS CONTRACT AMOUNT COMPLETION DATE DATE Tacoma HOV Mitigation $1,487,229 43 07/11 08/02/10 Contract No 7974 WSDOT, 1614 S Mildred St, Suite M,Tacoma,WA 98465 Rumma Suafoa,(253) 534-3100 Type of Work- Highway(Prime),Percent Complete 75%,Estimated Cost of Prune Work 80% I-5,Portland Avenue to Port of Tacoma Rd-NV HOV Stage 1 $16,392,704.00 08/11 07/07/10 Contract No 7946 WSDOT,7912 Martin Way Suite E,Lacey,WA 98516-5703 Neal Uhlmeyer,P E, (360)412-3421 Type of Work Highway(Prime),Percent Complete 24%,Estimated Cost of Prune Work 55% SR 522,US 2 Interchange Flyover Ramp $15.380,195 00 11/11 07/06/10 Contract No 7938 i WSDOT,9029 El Capitan Way,Everett,WA 98208-3637 Amur Ahmadi,P E , (425)225-8700 Type of Work Highway(Prime),Percent Complete 46%,Estimated Cost of Prime Work 70% Southcenter Parkway Extension $15.592,754 12/11 07/01/10 Contract No 2508 City of Tukwila,6200 Southcenter Pkwy,,Tukwila,WA 98188 Tyler Symbol(KBA Construction Mngmt,Consultant), (425)455-9720 Type of Work Road Construction(Prune)Percent Complete 23%, Estimated Cost of Prime Work 50% Wasilla Municipal Airport Construct Apron D,Phase 1 $994,813 00 07/11 07/01/10 ContractNo 201001 City of Wasilla,290 E Hernmg Ave,Wasilla,AK 99654 Archie Giddings, (907)373-9018 Type of Work Site Work(Prime)Percent Complete 77%,Estimated Cost of Prime Work 85% Segment B Mukilteo,Mosher&Howarth Park $2,056,909 00 08/11 07/01/10 Contract No 59595 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave S , Suite 2D,Seattle,WA 98134 Don Omsberg(206) 625-6264 j Type of Work Site Work(Prime),Percent Complete 51%,Estimated Cost of Prime Work 80% Trunk Road Reconstruction,Phase 2,Water System $2,164,609 00 07/11 06/17/10 Contract No 2010 02 City of Palmer,231 W Evergreen Ave,Palmer,AK 99645 David Lundm,(907) 746-5230 Type of Work Highway/Water System(Prime),Percent Complete 80%,Estimated Cost of Prime Work 90% SR 542,Gallup Creek Bridge Replacement $2,690,429 00 10/11 05/31/10 Contract No 1911 WSDOT,460 Stuart Road,Bellingham,WA 98226-1204 Chris Damitio,P E,(360)788-7400 Type of Work Highway/Bridge (Prime),Percent Complete 80%,Estimated Cost of Prune Work 40% ' 2 i I • i ESTIMATED START CONSTRUCTION PROJECTS IN PROGRESS CONTRACT AMOUNT COMPLETION DATE DATE SR 510,Yelm Loop, Stage 1 $4,145,136 00 10/10 04/12/09 Contract No 7879 WSDOT,7912 Martin Way,Suite E,Lacey,WA 98516-5703 Neal Uhlmeyer,P E , (360)412-3421 Type of Work Highway(Prime),Percent Complete 79%,Estimated Cost of Prime Work 40% 1 WUT Berth Extension $1,091,555 00 10/11 01/16/10 Contract No 68064 Port of Tacoma,c/o Manson Construction,P O Box 24067,Seattle,WA 98124 Niclaus Arvenberger,(253)606-2199 Type of Work Site Work(Subcontractor to Manson Construction)Percent Complete 30% Lincoln Avenue Grade Separation $21,617 648 00 04/11 08/24/09 Contract No 68036 ; Port of Tacoma,P O Box 1837, Tacoma,WA 98401-1837 Bob Lee,BergerABAM(Consultant), (206) 832-9294 1 Type of Work Highway/Bridge(Prime),Percent Complete 85%,Estimated Cost of Prime Work 40% j tTrunk Road Reconstruction,Phase 1 $23,258,603 00 07/11 07/20/09 Contract No 59301 Alaska Department of Transportation,P O Box 196900,Anchorage,Alaska,99519-6900 John Walsanen.P E .(907)244-4511 Type of Work Highway(Prime),Percent Complete 78%,Estimated Cost of Prime Work 65% l Teton River Crossings W+L Replace Bridges $7,300,000 00 10/10 07/20/09 Contract No 7743 WSDOT,P O Box 12560,Yakima,WA 98909-2560 Paul Gonseth P E, (509)577-1810 Type of Work Highway/Bridge (Prime),Percent Complete 84%,Estimated Cost of Prime Work 40% Topaz Bridge N/S $4,963,578 42 01/11 05/04/09 ; Contract No 7223 Idaho Transportation Department,P O Box 4700,Pocatello,ID 83205-4700 Tim Swenson,P E ,(208)239-3337 Type of Work Earthwork, Drainage&Wall Construction(Subcontractor to Idaho Construction Co,Inc),Percent Complete 59% Portneuf River Bridges $21,298,686.00 12/10 05/04/09 Contract No 7217 Idaho Transportation Department,P O Box 4700,Pocatello,ID 83205-4700 Tim Swenson,P E,(208)239-3337 Type of Work Highway/Bridge (Prime),Percent Complete 78%,Estimated Cost of Prime Work 40% US 395/NSC—US 2 Lowering $8,359 347 00 05111 12/01/08 1 Contract No 7610 a E WSDOT,331 N Faucher Road, Spokane,WA 99212 Bob Hilmes,(509)534-1030 Type of Work Highway(Subcontractor to Graham Construction&Management,Inc),Percent Complete 95% L 3 r — y ESTIMATED START CONSTRUCTION PROJECTS IN PROGRESS CONTRACT Ab'IOUNT COMPLETION DATE DATE ? s a I-5 Grand Mound to Maytown-Stage One-Add Lanes $62,946,534 00 07/11 04/28/08 ' Contract No 7465 WSDOT, 821 Airport Ct SE,Tumwater,WA 98501-6805 MaryLou Nebergall,P E,(360) 570-6750 Type of Work Highway,(Prime)Percent Complete 98%,Estimated Cost of Prime Work 40% a 3 1 0 r 3 r fi �gg 4 F 1 SUBSTANTIALLY SUBSTANTIAL START ' COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE DATE Lateral Improvement Projects,Winter 2010-2011 S973,875 30 05/11 01/03/11 l Contract No 10-001 Sunnyside Valley Irrigation District(SVID),P O Box 239,Sunnyside,WA 98944 Donald Schramm P E, (509)837-6980 , Type of Work Pipe Installation(Prime),Percent Complete 90%,Estimated Cost of Prune Work 80% Lateral Improvement Projects,Winter 2010-2011 $5,306,754 37 05/11 10/04/10 Contract No 10-002 Sunnyside Valley Irrigation District(SVID),P O Box 239,Sunnyside,WA 98944 Donald Schramm,P E .(509)837-6980 Type of Work Pipe Installation(Prime),Percent Complete 90%,Estimated Cost of Prime Work 80% Area 6 Closure Sudbury Road Landfill $1,405,970 00 12/10 06/23/10 ' Contract No 6011 City of Walla Walla,P.O Box 478,Walla Walla,WA 99362 p Frank Nicholson,P E,(509) 524-4510 Type of Work Landfill(Prime)Percent Complete 98%,Estimated Cost of Pnme Work 45% Rockfall Mitigation White Salmon Vicinity $469,510 00 08/10 03/01/10 Contract No 7861 WSDOT,c/o Hi-Tech Rockfall Construction,Inc,P O Box 674,Forest Grove,OR 97116 Buddy Johnson (503) 866-9147 Type of Work Unstable Slope Repair(Subcontractor to Hi-Tech Rockfall Construction)Percent Complete 95% i 5 a i COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Yonezawa Parcel Pit Reclamation $428,209 12 03/11 12/13/10 Contract No 10042 Moses Lake School District No 161,920 W Ivy,Ave,Moses Lake,WA 98837-2047 Brent Harding,(Consultant to Owner,NAC/Architecture) (509) 838-8240 Type of Work Earthwork(Prime)Estimated Cost of Prime Work 95% ITacoma Narrows Airport Runway Safety Area Improvements $15,907,048 00 03/11 11/12/07 Contract No 4600043 45 Pierce County Public`'Forks,4301 So Pine St, Suite 446,Tacoma,WA 98409 j Mike Manley,(253)798-2261 d Type of Work Clearing/Grubbing,Grading,Tunnel Construction,(Prime)Estimated Cost of Prune Work 40% Stanwood Siding $1,062,866 00 01/11 08/02/10 Contract No 60082 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave S ,Suite 2D, Seattle,WA 98134 Don Omsberg(206)625-6264 Type of Work Site Work(Prime) Estimated Cost of Prime Work 100% Port Mackenzie Barge Dock Expansion $2,573,785 00 12/10 01/16/10 Contract No 73011 Matanuska-Susitna Borough,350 E Dahlia Ave.,Palmer,Alaska 99645 Robert Koski(907)745-9561 Type of Work Fill Dock Expansion(Prune),Estimated Cost of Prime Work 50% 70th Ave E/Valley Ave E Roadway Improvements $10,303,238.00 12/10 10/27/09 1 Contract No 2009 04 City of Fife,5411 23`a St E,Fife,WA 98424 Jim Shanafelt (David Evans&Associates,Consultant),(253) 250-0617 Type of Work Highway(Prime),Estimated Cost of Prime Work 70% Cheyne Landfill Septage Lagoons $1,010,906 00 12/10 10/01/09 Contract No 3265 Yakima County Public Services, 128 No Second St,4`h Floor,Yakima,WA 98901 ) Rae Early,(509)574-2319 Type of Work Landfill(Prime),Estimated Cost of Prime Work 85% ? Vancouver Bypass Seg 8,B-Yard Bypass Phases 1,2&3 $6,865,392 00 12/10 09/11/09 Contract No 56106 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave S , Suite IA, Seattle,WA 98134 Mike Powrie (206) 625-6144 Type of Work Earthwork(Prime),Estimated Cost of Prime Work 65% Pocatello Subdivision,MP 144 to 146 5, Soda Springs,ID $226,750 40 12/10 08/16/10 Contract No 46120 Union Pacific Railroad Company,631 S 7`h St,Phoenix,AZ 85034 Danny King,(971)404-6022 Type of Work Sue Work(Prime),Estimated Cost of Prune Work 95% a SR 18,Issaquah-Hobart Rd Retaining Wall Repair $130,390 00 11/10 07/26/10 Contract No 7940 WSDOT 6431 Corson Ave So,Bldg 1,MS N1382-60, Seattle,WA 98108-3445 Aleta Borschowa,P E, (206)768-5755 Type of Work Site Work(Subcontractor to SB Structures) 6 a 1 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Extend Runway 03-21 and Related Work $4,320,147 00 11/10 05/28/09 Contract No 8024 Spokane International Airport,9000 W Airport Way, Ste 204, Spokane,WA Matt Breen,(509)455-6414 Type of Work Ramp Construction(Subcontractor to Acme Concrete Paving,Inc) Cheyne Landfill Cell Expansion,Ph 1 $2,396,276 74 10/10 10/13/09 ContractNo 3353 Yakima County Public Services, 128 No Second St,4`h Floor,Yakima,WA 98901 I Rae Early,(509)574-2319 Type of Work Landfill(Prime),Estimated Cost of Prime Work 95% Vancouver Bypass Seg. 2,32nd Circle Utility Relocation $6,865,392 00 10/10 09/11/09 Contract No 40307 Burlington Northern&Santa Fe Railway Cc ,2454 Occidental Ave S., Suite 1A, Seattle,WA 98134 Mike Powrie(206)62�-6144 Type of Work Site Work(Prime), Estimated Cost of Prime Work 80% q ti Bridge#2210-B, So Vaughn Road KPN/Vaughn Bay $2,142,988 42 10/10 07/14/09 ContractNo 5352 � Pierce County,2702 S 42nd St, Suite 201,Tacoma,WA 98409-7322 Henry Gertle,P E,(253)798-6826 Type of Work Bridge Replacement(Prime),Estimated Cost of Prime Work 35% Segment lAl Richmond Beach $861,489 00 08/10 02/15/10 Contract No 57594 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave S , Suite 2D, Seattle,WA 98134 Don Omsberg(206)625-6264 Type of Work Site Work(Prune),Estimated Cost of Prune Work 40% IGreen River Bridge Embankment Failure $3,227,090 00 08/10 02/26/09 Contract No 7661 WSDOT,6431 Corson Ave S,Seattle,WA 98108-3445 Aleta Borschowa,P E (206)768-5860 Type of Work Bridge Embankment Failure(Prime),Estimated Cost of Prime Work 35% Elwha Valley Access Road,Phase 2, Stratton Rd Reconstruction $2,047 409 00 06/10 09/14/09 Contract No 2009 03 Lower Elwha Klallam Tribe,2851 Lower Elwha Rd,Port Angeles,WA 98363 i Greg Stidham,P E (Parametrix,Consultant),(253)255-4195 i Type of Work Highway(Prime),Estimated Cost of Prune Work 75% ' Wandermere to Vicinity Half Moon Rd-Median Barrier $68,045 00 06/10 04/26/10 Contract No 7899 WSDOT,2714 N Mayfair, Spokane,WA 99207 Bob Hilmes,P E , (509) 324-6231 Type of Work Site Work(Subcontractor to Frank Gurney,Inc) Blue Ridge Slide $814,458 00 06/10 01/27/10 Contract No 57959 q Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave S , Suite 1A, Seattle,WA 98134 Glen Gaz(206) 625-6150 Type of Work Repair Slope&Landslide Failures(Prime),Estimated Cost of Prime Work 100% 7 .I R COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE SR 20,Quiet Cove Rd Vic To SR 20 Spur $12,016 332 00 06/10 06/12/08 Contract No 7532 WSDOT, 1109 E Hickox Road,Mt Vernon,WA 98274-7775 Dave Crisman,P E, (360) 848-7103 Type of Work Highway, (Prime)Estimated Cost of Prune Work 50% Vancouver Bypass Seg 313, Sandn-Larango Facilities $266,444 00 04/10 10/26/09 Contract No 56578 Burlington Northern& Santa Fe Railway Co , 2454 Occidental Ave S , Suite 1 A, Seattle,WA 98134 9a Mike Powne(206)625-6144 a Type of Work Bldg Remodel/Site Improvement(Prime),Estimated Cost of Prime Work 100% BNSF Emergency Sewer Repair $375,380 00 03/10 01/16/10 Contract No 2009-126 City of Seattle,P O Box 94687, Seattle,WA 98124-4687 Bryan Nicholson(206)423-2568 Type of Work Emergency Sewer Repair(Prime),Estimated Cost of Prime Work 90% Padilla Bay Waterline Replacement $1,058,094 00 01/10 07/27/09 Contract No 7033 1 City of Anacortes,P O Box 547,Anacortes,WA 98221 Brandt Barnes,P E,MWH(Consultant), (206)601-7390 Type of Work Waterman(Prime),Estimated Cost of Prime Work 80% SR 18 Peasley Canyon Slide MP 2 2 $330,000 00 01/10 01/15/10 Contract No DMA 134 WSDO"t P O Box 330310, Seattle, WA 9 8 1 3 3-971 0 Peter Klasell (206)440-4781 Type of Work Emergency Slide Repair,(Prime)Estimated Cost of Prime Work 80% Crystal Mountain Blvd Rock Slide Mitigation $26,518 48 01/10 01/13/10 Contract No 77515 Pierce County Public Works,615 So 9 h St, Ste 100,Tacoma,WA 98405-4674 Bert Kalalau(253)798-4713 Type of Work Rock Slide Mitigation(Prime),Estimated Cost of Prime Work 100% 3 Naches Tieton Road Embankment Construction $225,962 50 01/10 11/09/09 Contract No 3114 Yakima County Public Services, 128 No Second St,4`h Floor,Yakima,WA 98901 Rae Early,(509) 574-2319 Type of Work Road Embankment(Prime),Estimated Cost of Prune Work 100% 3 2009 Arterial Asphalt&Concrete Program(I"Ave So Contract 2) $6,205.302 00 01/10 01/26/09 Contract No 2008-090 Seattle Department of Transportation,P O Box 94687, Seattle,WA 9 8 1 24-46 87 Lynn Pera,P E,(206)684-0430 Type of Work Roadway/Waterman(Prime),Estimated Cost of Prime Work 65% Chuckanut Drive $125,000 00 12/09 11/30/09 Contract No DMA 133 WSDOT, 1043 Goldenrod Road, Ste 101,Burlington,WA 98233 Gus Deeter, (360) 848-7136 Type of Work Emergency Slide Repair, (Prime)Estimated Cost of Prime Work 60% 8 4'I i COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE SR 9. 176"'St to Marsh Rd US $21,837,889 00 12/09 04/09/08 Contract No 7479 WSDOT, 1715 228"St SE, Ste 106,Bothell,WA 98021-8445 John Chi P E .(425)489-5400 Type of Work Highway,(Prime)Estimated Cost of Prime Work 40% S 35`h&Lawrence St Emergency Storm Sewer Force Main Repair $169,910 60 11/09 10/26/09 Contract No 46000058 05 City of Tacoma,3628 So 35`h St,Tacoma.WA 98409 y Jason Moline.(253)396-3383 Type of Work Emergency Storm Sewer Force Main Repair, (Prune)Estimated Cost of Prune Work 100% i SR 6,So Fork Chehalis River Bridge $8,019,752 00 11/09 08/15/08 Contract No 7587 WSDOT, 1411 Rush Road,Chehalis.WA 98532 Colin Newell.(360)740-8600 Type of Work Highway/Bridge(Prime),Estimated Cost of Prune Work 30% 3 Bigelow Gulch Road,Ph 1,Havana to Urban Boundary $2,239A40 00 10/09 11/25/08 Contract No 2770 Spokane County, 1026 W Broadway, Spokane,WA 99260-0170 Paul Lennemann,(509)477-3600 i Type of Work Highway(Prime),Estimated Cost of Prime Work 65% 5 Elwha Valley Access Road,Phase 1 $840,035 00 10/09 08/25/09 Contract No 2009 02 Lower Elwha Klallam 1nbe,2951 Lower Elwha Rd,Port Angeles,WA 98363 s Greg Stidham,P E (Parametnx,Consultant),(253)255AI95 i Type of Work Highway(Prune),Estimated Cost of Prime Work 75% 1 ' South Correctional Entity(SCORE)Phase 1,Early Site Work $996,650.00 10/09 08/03/09 Contract No 2009 01 South Correctional Entity(SCORE,c/o Shiels Obletz Johnsen, 800-5`h Ave, Ste 4130,Seattle,WA 98104 8 Justine Kim(Shiels Obletz Johnsen, Consultant),(206) 838-3706 Type of Work Earthwork(Prime).Estimated Cost of Prime Work 90% R Pan Terra Regional Stormwater Facility Improvements $1,441,588 75 10/09 07/08/08 Contract No 4726 City of Shoreline, 17544 Midvale Ave No,Shoreline,WA 9 8 1 3 3-492 1 Jon Jordan,(206) 546-1678 Type of Work Stormwater Facility Improvements(Prune),Estimated Cost of Prime Work 80% Brightwater Reclaimed Water System Section 2 $6,757,355 00 10/09 06/30/08 Contract No 24208 King County BW Conveyance/Jacobs, 19204 Northcreek Pkwy,, Ste 250,Bothell,WA 98011 Marty Noble 206-296-4319 Type of Work Reclaimed Water Line(Prime),Estimated Cost of Prime Work 40% Taxi Lane Kilo-N $4,050,250 00 09/09 04/0109 i. Contract No 6908 Snohomish County,3000 Rockefeller,MS 507,Everett,WA 98201 Kevin Cooley,P E .CH2M Hill(Consultant) (503)490-1773 s a 9 I COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Pipeline No 1 Replacement at Puyallup River Valley Ph 1 $1,682 045 00 09/09 06/15/09 Contract No 4600050 18 City of Tacoma,3628 So 35`h St.Tacoma,WA 98409 Jason Moline,(253)396-3383 Type of Work Pipe Installation,(Prime)Estimated Cost of Prime Work 70% ' Delta Yard Everett Speed Improvements $3,021,602 00 09/09 03/09/09 Contract No 53848 q Burlington Northern& Santa Fe Railway Co,2454 Occidental Ave I ,Suite IA, Seattle,WA 98134 Richard Wagner,(206)625-6152 Type of Work Earthwork(Prime),Estimated Cost of Prime Work 100% Interbay Yard Improvements $548,985 00 09i09 03/09/09 S Contract No 53702 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave S ,Suite lA Seattle,WA 98134 Don Omsberg,(206) 625-6179 Type of Work Earthwork(Prime),Estimated Cost of Prime Work 100% One Mile East of Index Slope Stabilization $1.123,123 23 08/09 09/02/08 e Contract No 7582 WSDOT. 12277 134'Ct N E, Suite 200,Redmond,WA 98052-2431 Dave Lindberg,P E,(425) 814-7100 Type of Work Slope Stabilization(Prime),Estimated Cost of Prime Work 40% Vancouver Bypass Phase 1 NP Passing Track Extension $3,303,427 00 08/09 03/26/08 Contract No 49251 Burlington Northern&Santa fe Railway Cc ,2454 Occidental Ave So,Suite A, Seattle,WA 98134 Mike Powrie,(206) 625-6144 Type of Work Yard Track Construction(Prime).Estimated Cost of Prime Work 60% e i ' SE Middle Fork Road,Phase 1 $709,333 00 07/09 03/16/09 Contract No 41909 King County,401 Fifth Ave I'd Floor,Chinook Bldg,Seattle,WA 98104 Wes Chin,(206)423-1061 Type of Work Emergency Repairs&Reconstruction of Landslides(Prime),Estimated Cost of Prime Work 95% I-5,Rush Road to 13"'St $36,969,766 00 06/09 07/02/07 Contract No 7324 WSDOT_ 1411 Rush Road Chehalis,WA 98532 Colin Newell, (360) 740-8600 Type of Work Highway(Prime),Estimated Cost of Prime Work 50% SR 9, Schloman Rd to 256"St NE&2681h St I/C $11,113 628 00 06/09 05/12/07 Contract No 7267 WSDOT,9021 El Capitan Way,Everett,WA 98208-3637 Marlin Lenssen,(425)225-8796 Type of Work Highway(Prime),Estimated Cost of Prime Work 40% I-405 Vic MP 16 Spnngbrook Creek Wetland&Habitat Mitigation $12,765,803.00 06/09 04/02/07 Contract No 7200 9 WSDOT.21851 84"'Ave So ,Kent,WA 98032-1958 9 Mark Sawyer,(425) 649-4429 1 Type of Work Wetland&Habitat Mitigation(Prime),Estimated Cost of Prime Work 45% 10 ,f F 1 ' COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE US 395,US 395/NSC—BNSF RR Tunnel MP 163 83 to MP 164 15 $18,717,018 00 05/09 02/20/08 Contract No 7413 WSDOT,2714 N Mayfair Street,Spokane,WA 99207-2050 ) Chad Simonson,P E , (509)324-6252 Type of Work Highway(Prime),Estimated Cost of Prime Work 40% SR9/SR96 to Marsh Road-Flood Damage Repair $2,095,192 00 05/09 04/20/09 a Contract No 7750 WSDOT,P O Box 330310, Seattle,WA 98133-9110 John Chi P E,(425)489-5400 Type of Work Flood Damage Repair(Prime),Estimated Cost of Prime Work 100% Snoquahme Pass Slide Removal $800,000 00 02/09 01/08/09 ContractNo 7664 WSDOT.P O Box 12560,Yakima,WA 98909 Will Smith,(509)577-1853 i Type of Work Slide Repair(Prime),Estimated Cost of Prime Work 40% 5 Spokane Auto Yard Improvements $916,840 00 12/08 11/03/08 H Contract No 52280 k Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave S ,Suite IA, Seattle,WA 98134 Ed Allard, (206)625-6179 Type of Work Earthwork(Prime),Estimated Cost of Prime Work 100% SR8,0 6 Miles E of Winslow Road Unstable Slope $947,005 00 12/08 10/06/08 Contract No 7611 WSDO1,821 Airport Ct SE,Tumwater,WA 98501 MaryLou Nebergall,P E, (360) 570-6750 Type of Work Slope Stabilization(Prime) Estimated Cost of Prime Work 40% US 12,Naches River N.of Yakrrna-Slope Stabilization $1,515,944 00 12/08 06/16/08 Contract No 7443 WSDOI, P O Box 12560,Yakima,WA 98909-2560 Paul Gonsetb,P E (509) 577-1810 Type of Work Slope Stabilization, (Prune)Estimated Cost of Prime Work 80% S Spokane St Water Improvement $1,211,372 00 11/08 09/02/08 Contract No 2008-049 City of Seattle,P O Box 34018,Seattle,WA 98124-4018 Carlos Balansay, (206) 386-1840 Type of Work Water Improvements(Prime).Estimated Cost of Prime Work 90% Christiansen Muck Drainage Improvements(SR7) $684,765 00 12/08 09/01/08 Contract No 166012 Pierce County,2702 So 42°d St,Ste 201,Tacoma,WA 98409 Ingo Kuchta,P E ,(253)798-6165 Type of Work Roadway Improvement(Prime),Estimated Cost of Prime Work 70% 4 SR 20,Fredonia to I-5 Widening $15,139,250 25 10/08 04/01/07 Contract No 7242 WSDOT, 119 E Hickox Road,Mount Vemon,WA 98274-7775 Dave Crisman,(360) S48-7103 Type of Work Highway(Prime),Estimated Cost of Prime Work 40% ' 11 i 1 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Contract 2C-Locomotive Ready Facility S1,746,936 10 09/08 11/12/07 Contract No 47436 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave So,Bldg 2D, Seattle,WA 98134 1 Don Omsberg,BNSF,(206) 625-6264 Type of Work Grading, Drainage&Ballast(Prune),Estimated Cost of Prime Work 50% McNeil Canyon Rd $6,390,583 80 09/08 10/15/07 Contract No 3272 Douglas County, 140 191h St NW, Ste A,E Wenatchee,WA 98802 Gordon Hunting,(509) 884-7173 Ext 438 Type of Work Clearing&Grading, Rock Blasting(Prime),Estimated Cost of Prime Work 50% q So 1601h St Loop Ramp/NER Phase 1 $22,401,714 65 09/08 07/31/06 3 Contract No 313556 Port of Seattle(Owner),P O Box 68727,Seattle,WA 98168 Carl Hedlund(WHH), (425)462-6356 Type of Work Clearing.Grading,Drainage(Subcontractor to Mowat Construction) Turkey Trail Track $3,111,454 79 09/08 06/04/07 Contract No 45459 Burlington Northern &Santa Fe Railway Co,2454 Occidental Ave So,Bldg 2D, Seattle,WA 98134 Don Omsberg,BNSF, (206) 255-4035 Type of Work Grading,Drainage&Wall Construction(Prime),Estimated Cost of Prime Work 85% Shaw Road Extension Phase 1 $8,310,981 20 08/08 09/01/07 Contract No 1998 27 City of Puyallup, 1100 39th Ave SE,Puyallup,WA 98374 Dave Hrldebrant.(Parametrix-Consultant) (253)501-5128 Type of Work Highway.Wall Construction(Prime), Estunated Cost of Prime Work 40% 1 WA State Line to US 95/SH 6 $3,594,594 94 08/08 07/26/07 Contract No 7046 Idaho Transportation Dept,P O Box 7129,Lewiston,ID 83501-0837 Bob Schumacher, (208) 799-5090 Type of Work Highway(Prime),Estimated Cost of Prime Work 50% US 2, Sunset Falls Slope Stabilization $1,362,147 75 08/08 07/08/08 Contract No 7424 WSDOT, 1227 134`h Ct NE,Ste 200 Redmond,WA 98052-2431 Dave Lindberg,P E, (425) 814-7104 Type of Work Slope Stabilization, (Prime)Estimated Cost of Pnme Work 50% US 97,Roadside Safety Improvements $681,997 83 08/08 07/07/08 Contract No 7409 41 WSDOT,P O Box 98,Wenatchee,WA 98807-0098 Terry Mattson,P E,(509) 667-2899 Type of Work Safety Improvements,(Prune)Estimated Cost of Prime Work 80% 16th Avenue So Improvement Project $5,782,955 60 08/08 03/01/07 ContractNo 12300359530 City of Des Momes.21630 11`h Ave So ,Des Moines,WA 98198-6317 Len Madsen,(206) 870-6523 a Type of Work Highway(Prime),Estimated Cost of Prime Work 40% 12 i COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE 471h Ave SE Landslide Repair $2,215,720 27 06/08 04/14/08 Contract No 2007056 City of Seattle, P O Box 94687, Seattle,WA 98124-4687 Peter Safer(206)423-2615 g Type of Work Landslide Repair(Prime),Estimated Cost of Prime Work 40% NOAA Bldg 32&33-Fire Main Upgrade $243,822 94 05/08 02/11/08 Contract No 27069 NOAA,c/o Wade Perrow Construction,P O Box 1728,Gig Harbor,WA 98335 Charlie Bowman, (253) 851-9309 Type of Work Water Line Upgrade(Subcontractor to Wade Perrow Construction) Frazier Mudslide,Oakridge,OR $18,234,242 82 04/08 01/21/08 Contract No 39406 Union Pacific Railroad Company, 1400 Douglas St,Stop 0750,Omaha,NE 68179-0750 Ken Bobert, (503) 872-1915 Type of Work Emergency Mudslide Repair(Prune),Estimated Cost of Prime Work 100% 47Tu Ave SW Landslide Repair $273,824 25 04/08 01/31/08 Contract No 2007 56 City of Seattle,P O Box 94687, Seattle,WA 98124-4687 Peter Safer, (206)423-2615 Type of Work Emergency Landslide Repair(Prime),Estimated Cost of Prime Work 100% NE 10a'St Extension, Stage 1 $7,113,515 65 04/08 01/03/07 Contract No 630 City of Bellevue,P O Box 90012,Bellevue,WA 98009-9012 Maher Welaye (425)452-4879 Type of Work Highway(Prime),Estimated Cost of Prime Work 50% 1 Hawk's Prairie Road,Emergency Repair $25,000 00 04/08 01/31/08 Contract No 77116 Thurston County, 2404-A Heritage Ct S W,Olympia,WA 98502-6031 Dave Nichols,(360) 754-3355,Ext 7817 Type of Work Emergency Repair(Prime),Estimated Cost of Prime Work 100% Wagner's Bridge No 364B Replacement $1,617 159 54 02/08 06/25/07 Contract No 19607 King County DOT,201 S Jackson,MS-KSC-TR-0224, Seattle,WA 9 8 1 04-3 85 6 Victor Daggs,(206)423-1063 Type of Work Bridge Replacement(Prime), Estimated Cost of Prune Work 30% S 272"d Way(ES)Emergency Repair $371,309 00 02/08 01/15/08 Contract No 26907 King County DOT,201 S Jackson,MS-KSC-TR-0224,Seattle,WA 98104-3856 Wes Chin,(206)423-1061 p Type of Work Emergency Repairs(Prime),Estimated Cost of Prime Work 30% SR 6,MP 27 0 Vic Emergency Landslide Repair $435,682.41 01/08 12/05/07 Contract No 049 WSDOT, 1411 Rush Road,Chehalis,WA 98532 Colin Newell,(360)740-8600 Type of Work Emergency Landslide Repair(Prime),Estimated Cost of Prime Work 100% ' 13 �I I COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE I-5 Emergency Flood Repairs Vic MP 72 3 to MP 83 5 $120,522 87 12/07 12/05/07 Contract No 045 WSDOT. 1411 Rush Road, Chehalis,WA 98532 Colin Newell,(360) 740-8600 Type of Work Emergency Flood Repair(Prune),Estimated Cost of Prime Work 100% ISR 3.Newberry Hill I/C Vic Emergency Debris Removal $66,890 94 12/07 12/04/07 3 Contract No 107 I WSDOT, 8293 Sonng Creek Rd SE,Port Orchard,WA 98367-8192 V Barb Gnffery,(360) 874-3000 Type of Work Emergency Landslide Repair(Prime).Estimated Cost of Prime Work 90% Saltwater Park Bridge Emergency Slide Repair $694,800 00 12/07 08/15/07 3 Contract No 702011 City of Des Moines,21630 1I'h Ave S ,Des Moines,WA 98198-6317 Loren Reinhold (206)870-6523 Type of Work Emergency Slide Repair(Prime),Estimated Cost of Prime Work 40% a SR3, SR 303 Interchange $16 744,082 90 12/07 04/01/06 Contract No 7032 Washington State DOT, 8293 Spring Creek Rd SE,Port Orchard,WA 98367 Ray Arnold,(360) 874-3000 Type of Work Highway(Prime),Estimated Cost of Prune Work 50% Renton Bridges Replacement Project $4,914,121 65 11/07 08/06/07 Contract No 46381 Burlmgton Northern&Santa Fe Railway Co,2454 Occidental Ave So.Bldg IA, Seattle,WA 98134 Edward Allard,(206) 625-6179 1 Type of Work Bridge Replacement(Prime), Estimated Cost of Prime Work 85% a Cape Flattery Scenic Byway $6,051,940 10 11/07 06/15/07 Contract No 16501 Makah Tribal Council,P O Box 115,Neah Bay,WA 98357 Greg Stidham,(Parametrix-Consultant) (253) 863-5128 Type of Work Highway(Prime), Estimated Cost of Prime Work 40% Kaiser Fill&Grade $3,435 79139 11/07 06/04/07 Y Contract No 68024 Port of Tacoma, P O Box 1837,Tacoma,WA 98401-1837 Matt Bryant,(253)592-6732 Type of Work Grading(Prime),Estimated Cost of Prime Work 90% Hawks Prairie Road $1,832,404 90 11/07 06/04/07 T Contact No 61185 Thurston County.2404-A Heritage Ct SW,Olympia,WA 98502-6031 Dave Nichols, (360)754-3355 Ext 7817 Type of Work Highway(Prime),Estimated Cost of Prime Work 50% o Nalley Valley Surface Water Improvements $5,061,438 05 10/07 07/17/06 Contract No 46003306 City of Tacoma,Environmental Services,2201 Portland Ave,Tacoma,WA 98421-2711 Joe Comstock, (253)594-7870 Type of Work Surface Water System Improvements(Prime),Estimated Cost of Prime Work 80% ' 14 r a COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE East Hill Operations Center $861 83950 10/07 07/02/07 Contract No 703002 City of Kent,220 4'h Ave So,Kent,WA 98032-5895 Peter Tenerelli(253) 856-5543 Type of Work Grading(Prime),Estimated Cost of Prime Work 60% Cedar Hills Regional Landfill Wastewater& $2,678,750 80 10/07 06/01/07 Storniwater Modification Project Contract No 16607 King County Dept of Natural Resources,201 So.Jackson St,Suite 701, Seattle,WA 98104-3855 Fred Bennett, (206)296-4426 Type of Work Landfill(Prime),Estimated Cost of Prune Work 80% SR7, SR507 to SR 512 Safety $13,744,744 44 10/07 11/15/05 Contract No 7015 Washington State DO f,7912 Martin Way.Suite E.Lacey,WA 98516 Troy Cowan,(360)412-3420 Type of Work Highway(Prime),Estimated Cost of Prune Work 50% US 95,Top of Lewiston Hill to Genesee $34,279,902.55 10/07 04/04/05 Contract No 6827 Idaho Transportation Department District 2,P O Box 837.Lewiston,ID 83501 Bob Schumacher,(208) 799-4247 Type of Work Highway (Prime),Estimated Cost of Prime Work 50% SR 522,Paradise Lake Rd to Snohomish River I/C $28,466,464 32 09'07 06/14/04 Contract No 6726 Washington State DOT, 12277— 130 Ct.NE, Ste.200,Redmond WA 98052 Dave Lindberg P E, (425) 814-7104 Type of Work Highway(Prime),Estimated Cost of Prime Work 50% ` SR 508,Bear Canyon Vic Slope Repair $3,333,104 96 07/07 04/16/07 Contract No 7332 WSDOT,P O Box 1709.Vancouver,WA 98668-1709 w Colin Newell,(360) 740-8603 Type of Work Slope Repair(Prime),Estimated Cost of Prime Work 35% Black Butte Subdivision,Doms Tunnel Clearance Project $631,936 50 07/07 06/15/07 Contract No 36545 Union Pacific Railroad, 5424 SE McLoughlin,Portland,OR 97202 Ken Bobert,(503)708-6973 Type of Work Tunnel Clearance(Prime),Estimated Cost of Prune Work 95% So 228'i'St Military Rd Widening Phase II $2,993,985 26 05/07 04/13/06 Contract No 87-3007 10 City of Kent, 220 41h Avenue So.,Kent,WA 98032-5895 Peter Tenerelli, (253) 856-5500 Type of Work Clearing&Grading (Prime),Estimated Cost of Prime Work 80% i ' 15 r � COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Centenmal Amtrak Station $578,638 90 05/07 02/19/07 Contract No 43069 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave So.Bldg 2D,Seattle.WA 98134 i Michael Powne,BNSF,(206) 625-6144 a E Type of Work Grading&Drainage(Prime),Estimated Cost of Prime Work 95% tI-90,King Street Station 4'h Ave Retaining Wall $855,855 00 03/07 10/23/06 1 Contract No 7199 I WSDOT,200 SW Michigan St, Suite 101,Seattle,WA 98106-3906 Julia Mitzhuhata,(206)764-4105 Type of Work Retaining Wall(Prime), Estimated Cost of Prime Work 45% Terminal 91,Pier 91 Utility Infrastructure Upgrade $2,167,413 55 01/07 04/10/06 Contract No 103112 Port of Seattle,c'o Manson Construction,P O Box 24067, Seattle,WA 98124 Mike Radish, (206)762-0850 Type of Work Utility Work(Subcontractor to Manson Construction) So 228"St/S 231s'Way Military Rd to 64"'Ave So $5,107,151 00 12/06 05/02/06 Contract No 87-3007 30 City of Kent,220 4rh Avenue So,Kent,WA 98032-5895 Chad Bieren, (253)856-5500 Type of Work Clearing&Grading(Prime),Estimated Cost of Prime Work 75% Cedar Hills Regional Landfill $4,682,739.75 12/06 07/20/06 Contract No 1006 ! King County Solid Waste Division,201 S Jackson St, Suite 701, Seattle,WA 98104 Fred Bennett,(206)296-6542 Type of Work Site Grading/Sealing,Estimated Cost of Prime Work 70% 1 3`d Runway 2006 Embankment $41,592,444 00 12/06 02/15/06 Contract No 200601 Port of Seattle(Owner),P O Box 68727, Seattle,WA 98168 Steve King,(206)431-4949 Type of Work Clearing&Grading(Subcontractor to TTI Constructors) Pacific Highway South HOV Lanes $11,518,409 55 12/06 05/26/05 Contract No 3005 City of Kent,220 4"'Avenue So ,Kent,WA 98032-5895 Peter Tenerelli,(253) 856-5500 Type of Work Highway(Prone),Estimated Cost of Prime Work 55% US 95,Genesee to Thorn Creek Rd $20,143,645 57 11/06 03/17/05 Contract No 6808 Idaho Transportation Department,District 2.P O Box 837,Lewiston,ID 83501 Bob Schumacher,(208) 799-4247 Type of Work Highway(Prime),Estimated Cost of Prime Work 50% I-82 TO SR 397 Intertie Rd Ph 3 $7,826.820 20 11/06 10/17/05 Contract No 1526 Benton County Dept of Public Works,P O Box 1001,Prosser,WA 99350-0954 Bryan Thorp(509)786-5611 Type of Work Highway(Prime),Estimated Cost of Prime Work 75% 16 l� r I4 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Blair Waterway West Turning Basin $993,600 00 11/06 07/24/06 Contract No 998238 Port of Tacoma,c/o Manson Construction, 1203 Ea `D' St,Tacoma,WA 98421 Michael Lloyd, (206)762-0850 Type of Work Site Development(Subcontractor to Manson Construction) E Blair Waterway West Widening/Inner Reach $695,500 00 11/06 07/24/06 i Contract No 998254 Port of Tacoma,c/o Manson Construction, 1203 Ea `D' St,Tacoma.WA 98421 I Michael Lloyd,(206)762-0850 1 Type of Work Site Development(Subcontractor to Manson Construction) I-90,MP 66 Rock Removal&Slope Stabilization $4,337,167 50 11/06 06/12/06 Contract No 7152 ' WSDOT, 115 E Ahtanum Rd,Union Gap,WA 98903-1648 Will Smith. (509)577-1844 Type of Work Rock Removal/Slope Stabilization,(Prime)Estimated Cost of Prime Work 35% Coyote Ridge Corrections Center Expansion,Phase 1 $1,502.680 00 10/06 07/01/06 Contract No 6313 Dept of General Admm And Dept of Corrections,7345 Lmderson Way SW,MS 41112,Tumwater,WA 98504-1 1 1 2 Hunt/Lydig Joint Venture, Shawn Glaesmann,(509)234-5150 Type of Work Site Grading, (Subcontractor to Hunt/Lydig) S I G Intermodal Facility Improvements $1,667,318 64 10/06 07/31/06 Contract No 41251 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave So,Bldg 2D.Seattle,WA 98134 Michael Powne,BNSF,(206) 625-6144 Type of Work Gradmg&Drainage(Prime).Estimated Cost of Prime Work 100% 1 Camp Hamilton Water Improvement Project $71.866 00 10/31/06 09/01/06 Contract No 2006 55 Catholic Archdiocese of Seattle,900 Marion St,Seattle,WA 98104 Ed Foster, (206) 382-4851 Type of Work Water Improvement Project, (Prime) Estimated Cost of Prime Work 100% Satellite Rail/Barge Transfer Facility $2,578,614 47 09/06 08/29,105 Contract No 200503 Port of Everett,c/o Manson Construction,P O Box 24067, Seattle,WA 98124 Bob Edwards,(206)762-0850 Type of Work Grading, Surfacing,Utilities(Subcontractor to Manson Construction) t Contract 4D Tacoma Grading, $1.958,754 55 09/06 11/14/05 Contract No 36445 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave So,Bldg 2D Seattle,WA 98134 Jim McCulloch,HNTB Corporation,(206)625-6423 Type of Work Grading&Drainage(Prime), Estimated Cost of Prime Work 50% rr Lyle Siding Construction $5,106,000 00 08/06 12/15/OS Contract No 37358 Burlington Northern& Santa Fe Railway Co ,2454 Occidental Ave So ,Bldg 2D,Seattle,WA 98134 Bruce Polnicky,BNSF, (206) 625-6115 Type of Work Grading&Drainage(Prime),Estimated Cost of Prime Work 50% 17 II COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Thea Foss&Wheeler-Osgood Waterways Remediation Project $10,738,052 02 08/06 07/15/03 Contract No 25303 City of Tacoma,c/o Manson Construction, 1203 Ea `D' St,Tacoma,WA 98421 Steve Lodge,(253) 896-2505 Type of Work Habitat Restoration(Subcontractor to Manson Construction) rSouth Bank Road/Bnggs Nursery Curve Realignment $844,415 15 07/06 05/15/06 Contract No 96412 Grays Harbor County, 100 W Broadway, Suite 31,Montesano,WA 98563 ' Dave Anderson, (360)249-4222 Type of Work Highway(Prime),Estimated Cost of Prime Work 50% SR 14,Bergen Road RockfMI $377,495 00 07/20/06 06/12/06 f� ContractNo 7137 WSDOT,P O Box 1709,Vancouver,WA 98668-1709 Chris Tams,(360)759-1310 t Type of Work Rock Removal/Slope Stabilization, (Prime)Estimated Cost of Prime Work 70% I-90,Argonne Rd to Sullivan Rd $24,351,328 44 06/06 07/30/03 Contract No 6620 Washington State DOT,2714 N Maytair St, Spokane,WA 99207 Darrel McCallum,(509)324-6245 Type of Work Highway(Prime),Estimated Cost of Prime Work 40% Parking Lot G Construction $974.644 00 06/06 01/03/06 Contract No 40802 City of Tacoma Public Utilities,3629 S 35`h St,Tacoma,WA 98409 Terry Ryan(253) 502-8468 � Type of Work Highway(Prime), Estimated Cost of Prime Work 70% SR 501 MP 18 2 Slope Failure $304,624 46 06/30/06 06/12/06 Contract No 30 WSDOT,P O Box 1709,Vancouver,WA 98668-1709 Chris Tams,(360) 759-1310 1 Type of Work Emergency Slide Repair (Prime)Estimated Cost of Prime Work 100% s SR 3 Emergency Road Repair $100,000 00 05/01/06 04/27/06 Contract No 986 WSDOT, 8293 Spring Creek Rd SE,Port Orchard,WA 98367 Steve Cochran,(360) 874-3000 Type of Work Emergency Road Repair,Estimated Cost of Prime Work 100% Southwest Sewer Interceptor Project $1,563,840 92 05/06 01/03/06 Contract No 40342 City of Ferndale,c/o Reichardt&Elie Engineering,Inc 423 Front St,Lynden,WA 98264 Luis Ponce(360)384-4006 Type of Work Highway(Prime),Estimated Cost of Prime Work 75% Lake Whatcom Blvd,High Bridge#115 $1,560,763 10 05/06 08/10/05 Contract No 1533 Mowat Construction Co .P O Box 1330,Woodinville,WA 98072-1330 Chuck Monnmger,P E (425)398-0218, ext 237 Type of Work Highway(Subcontractor to Mowat Construction) 18 9 i COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Terminal 91 —Berths C and D $265,974 00 05/06 01/15/06 Contract No 312788 Port of Seattle,c/o Manson Construction,P O Box 24067, Seattle,WA 98124 Bill Shorey,(206)762-0850 Type of Work Utility Work(Subcontractor to Manson Construction) fiUS-95,Electrical Substation to Smith Creek $13,150,00668 03/06 12/01/03 Contract No 6674 i I Idaho Transportation Dept,3311 W State St,Boise,ID 83703 Loren D Thomas,P E , (208)334-8872 Type of Work Highway(Prime), Estimated Cost of Prime Work 65% Contract 4E Tacoma Grading, $1,701,025 40 03/06 08/15/05 Contract No 35995 Burlington Northern&Santa Fe Railway Co,2454 Occidental Ave So,Bldg 2D,Seattle,WA 98134 Jim McCulloch,HNTB Corporation, (206) 625-6423 1 Type of Work Grading&Drainage(Prime),Estimated Cost of Prime Work 50% Sportsmans Light Manufacturing Park $817,143 60 03/06 06/27/05 Contract No 2033 Landmark,LLC,290 Madison Ave No,Bainbridge Island,WA 98110 Doug Nelson,(206) 842-0224 Type of Work Site Work(Prune),Estimated Cost of Prune Work 80% SR 166 Emergency Slide $225,000 00 03/09/06 01/13/06 Contract No 983 %SDO 1,8293 Spring Creek Rd SE,Port Orchard,WA 98367 Steve Cochran,(360) 874-3000 Type of Work Emergency Slide Repair, (Prime)Estimated Cost of Prime Work 100% SE 192 d Avenue Phase 3 $9,867,212 61 02/06 09/29/04 Contract No 71152 City of Vancouver,P O Box 1995,Vancouver,WA 98668-1995 Charles Fell (360)696-8050, Ext 4441 Type of Work Highway(Prime),Estimated Cost of Prime Work 60% ) SR 14,MP 54 7 Rockfall $32,500 00 01/31/06 12/19/05 Contract No 5498 WSDOT,P O Box 1709,Vancouver,WA 98668-1709 Chris Tams,P E,(360) 759-1325 I Type of Work Emergency Slide Repair,(Prune)Estimated Cost of Prime Work 100% i 3`d Runway Embankment 2004 $73,830,236 20 12/05 06/08/04 ContractNo 311156 Port of Seattle(Owner),P O Box 68727, Seattle,WA 98168 Steve King,(206)431-4949 Type of Work Clearing&Grading(Subcontractor to TTI Constructors) p i 19 1 r Heavy-Highway Construction An Equal uer�q`'s i 9 Opportunity Employer y f 4. EXPERIENCE 4.6 Construction Experience of Key Individuals: 1 A. Scarsella Bros., Inc. has worked with the City of Kent on several projects. ! B. The following is a list of Scarsella Bros., Inc. supervisory force, along with their current position/experience and current commitments that may be valuable for the work on the Horseshoe Bend Levee Improvements East and West River Bend Secondary Levee project. 1. Frank Scarsella, President 39Years experience, current project commitment 5-7 projects. 2. Don Scarsella, Secretary 39 Years experience, current project commitment 5-7 projects. 3. Robert Scarsella, Vice President 34 Years experience, current project commitment 5-7 projects. 4. Richard Scarsella, Vice President 29 Years experience, current project commitment 5-7 projects. 5. Rick Krier, Project Superintendent 30 Years experience on various City, County and Metro projects. 1 Current Commitment Southcenter Parkway Extension Project, Tukwila, WA ,I J P.O.Box 68697 • Seattle,Washington 98168-0697 • 1e1: (253)872-7173 • Fax: (253)395-1209 AK Lic #347 t4 • AZ Lc #ROC249216 • CA Lc #779354 • ID Lic #10394-AAA-1-2 j MT Lie #34542 9 OR Lie #96884 • WA Lic #SCARSBI183B8 x Heavy-Highway a 0 Construction An Equal �,%[2 1 Opportunity Employer 0 i Major Equipment List gty Description sty Description I Track Dozers Rubber Tire/Track Loaders 7 Cat IT-28, 930G 2 Cat or JD 450D, G TCLT 1 JD 644E 2 Cat or 1D 550G, LGP 3 Trojan 1500, 1700 12 Cat D-6D, G, G LGP, H. H LGP, R or JD650 4 Cat 950G 2 Cat D-71-1, R 1 Cat 966F i 14 Cat D-8H, K, N, R 3 Cat 980C, F, F, II, G ' 4 Cat D-9H, N, R 6 Cat 98813, F, FII 7 Cat D-10N, R 2 Cat 99213, C N Rubber Tire Dozers Rubber Tire Loader/Backhoes 3 Cat 8246, C 12 Case 580C, E, Super E, Super K, L, SE Scrapers Track Excavators 2 Cat 623E, F 1 Komatsu PC 78 5 Cat 631D 2 Komatsu PC128US-2 14 Cat 631E 3 Komatsu PC160LC h 4 Cat 637D, E 5 Komatsu PC2001-C-6,7 j 4 Komatsu PC2281-C-3, USLC-3, US-2 Water Wagons 5 Komatsu PC300LC-6,7 2 Cat 6316, C 3 Cat 320CL 6 Komatsu PC400LC-5,6,7 Motor Graders 2 Cat 245, B, B Mass Excavator, B Series 11 1 Cat 120G 3 Komatsu PC60OLC-7 (2005) 2 Cat 130G 2 Komatsu PC750LC-6 (2000) 7 Cat 140G, H 1 Komatsu PC10001-C-1A (1991) 7 Cat 14G, H 1 Komatsu PC1100LC-6 (1999) 3 Cat 16G it t Rollers/Compactors Off Road Truck Tractors � 10 Hamm 6 01 Mack CL713 3 Dynapac CA362D Vibratory 2 01 Mack CL713 Tri-Drive 2 Cat 825C Compactor P.O.Box 68697 • Seattle,Washington 98168-0697 • Tel: (253)872-7173 • Fax: (253)395-1209 I AZ Lie.#ROC249216 • CA Lie #779354 ! ID Lie #10394-AAA-1-2 • MT Lie #34542 • OR Lie.#96884 " liT4 7.r. $C(`AACRTtR1RR $ a i PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of ! the Notice to Proceed, and agrees to complete the Contract within sixty (60) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the L day of bid opening. I 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 be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: NAME OF R BY: Si nature BC131 SC_�2SfLL V. (Print Name and Title) Q_ a. Address SEAT-ram, QA clS oZ— o(o97 Horseshoe Bend Secondary Levees/Madfai 20 June 22, 2011 Project Number 09-3005 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Scarsella Bros,Inc. , as Principal, and SAFECO Insurance Company of America , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. is The condition of this obligation is such that if the Obligee shall make any award to the Principal for Horseshoe Bend Levee Improvements -East and West River Bend Secondary Levees/Project Number: 09-3005.7 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the rPrincipal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be jnull and void; otherwise it shall be and remain in full force and effect and the Sure!y shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 12th DAY OF Jul 2011 Scarsella PRIN61DAL Qoa scA2seuFl, a? SAFECO Insurance Company of America 1 U ETY A Stneby ./ - Attorney-m-Fact_ 20 rReceived return of deposit in the sum of $ Horseshoe Bend Secondary Levees/Madfai 21 June 22,2011 Project Number: ProlectNumber 09-3005 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4624153 ' This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. SAFECO INSURANCE COMPANY OF AMERICA SEATTLE,WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America(the"Company"),a Washington stock insurance company, pursuant to and by authority of the Bylaw and Authorization hereinafter set forth,does hereby name,constitute and appoint KAREN SWANSON, ERIC A ZIMMERMAN,KRISTINE A LAWRENCE,ANNE E STRIEBY,JENNIFER L SNYDER,JULIE R TRUITT;PEGGY A FIRTH,MELINDA CARLSON, CHRISTOPHER KINYON,JAMES B BINDER,PETER J COMFORT,BRENT E HEILESEN,LISA KERSTETTER,BRADY MORIARTY,LISA M ANDERSON, MARK E.HELLING,WYNTRENE MACE,BONNIE NORTH,MITCHELL R.SMEE,KELLIE HOGAN,BARBARAA JOHNSON,SANDRAJ KULSETH,PHYLIS C ROBISON, JEFFREY L.ZIMMERMAN,KATHY L PATTON,DIANE M HARDING,JAKE OJA,CHRISTINA V FENIMORE,JOHN C OJA,ALL OF THE CITY OF TACOMA,STATE OF WASHINGTON . ... ... .. .. .... ., ... I .. each Individually if there be more than one named,Its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as Its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWO HUNDRED MILLION AND 001100"`"``"'"""*"""" DOLLARS($ 200,000,000 00"""""•`""""""'"" )each,and the execution of such undertakings, bonds,recognizances and other surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the L president and attested by the secretary of the Company in their own proper persons That this power is made and executed pursuant to and by authority of the following By-law and Authorization ARTICLE IV-Officers Section 12 Power of Attorney y. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitations to as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make, y C execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations Such attorneys-in- fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and e_ executed,such instruments shall be as binding as if signed by the president and attested by the secretary w tll 3 Q By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact C A 3 Pursuant to Article IV, Section 12 of the By-laws, David M Carey,Assistant Secretary of Safeco Insurance Company of America, is authorized to — O m appoint such attorneys-in-tact as may be necessary to act in behalf of the Corporation to make, execute,seal,acknowledge and deliver as surety v H w 3 any and all undertakings,bonds,recognizances and other surety obligations d W cE > That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect p` a y IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of w 'yi Safeco Insurance Company of America has been affixed thereto in Plymouth Meeting,Pennsylvania this 2nd dayof June 2011 d C a� a �s SAFECO INSURANCE COMPANY OF AMERICA � M a r959 By r t O y Ar-s= David M Carey,Assistant Secretary w 0) COMMONWEALTH OF PENNSYLVANIA ss C C COUNTY OF MONTGOMERY d y On this 2nd day of June 2011 before me, a Notary Public, personally came David M Carey, to me known, and 0 A acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America, that he knows the seal of said corporation, and that he >10 Texecuted the above Power of Attorney and affixed the corporate seal of Safeco Insurance Company of America thereto with the authority and at the t direction of said corporationco +� IN TESTIMONY WHERE O , vGP subscribed my name and affixed my notanal seal at Plymouth Meetin Pennsylvania, on the day and year M 7 first above written ; ;'' €-- -a---------- e 00 Z tl aa. e. So._=t sG G3 Xr' 7arc:,a.at-e rs �;af'uo��c tOjO P.pmo,dr Twp a10-faomery County By f0 OF MyConm=YE ^Ex„-es�ra, 2e 2013 Tere6a Pastelist,Notary Public F- CERTIFICATE Member Perms""-reaAsscc'u 000€Naa;<aa I,the undersigned,Vice Insurance Company of America,do hereby certify that the original power of attorney of which the foregoing is a full,true and correct cc orce and effect on the date of this certificate, and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article IV,Section 12 of the By-laws of Safeco Insurance Company of America ' This certificate and the above power of attorney may be signed by facsimmle or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Safeco Insurance Company of America at a meeting duly called and held on the 18th day of September,2009 VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company,wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed IN TESTIMONY WHEREOF, I have hereunto subscribed M-y-Qame and affixed the corporate seal of the said company,this day of r Gregory W Davenport,Vice President CITY OF KENT i COMBINED AFFIDAVIT & CERTIFICATION FORM: NON-COLLUSION, MINIMUM WAGE (NON-FEDERAL AID) NON-COLLUSION AFFIDAVIT ' Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and ' further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to { secure to himself/herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. k r FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT Horseshoe Bend Levee Improvements East and West River Bend Secondary Levees Project Number: 09-3005.7 a NAME OF PROJECT N F BID S FIRM SIG ATURE O AUTHORIZ D REPRESENTATIVE OF BIDDE ��►IIIIIII Subscribed and sw ,i9�•4�,e this a day of -7U 2011. Mix otary Public in and for the State of t6 ashington, residing at 4�Etir t •�4naW��� Horseshoe Bend Secondary Levees/Madfai 22 June 22, 2011 Project Number 09-3005 BIDDER'S CHECKLIST rThe following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with. Bidder's.Name.::........ ... .. . d.................. Table of Contents Sheet. ... ..... .Q' Invitation to Bid...................................................................................EEr t Contractor Compliance Statement:::::::::::::::::::::::::::.............................Q,Date . .Cd" Have/have not acknowledgment ................................................E� Signature and address ................................................................d Declaration - City of Kent Equal Employment Opportunity Policy ........Ey Datedand signed ........................................................................1]3' Administrative Policy ...........................................................................[5 Proposal...............................................................................................8 First line of proposal - filled in ...................................................E3' Unitprices are correct ................................................................IT Minimumbid prices are correct...................................................132r Subcontractor List (contracts over $100K) ..........................................Ef Subcontractors listed properly....................................................0,/ Signature ....................................................................................L9/, Subcontractor List (contracts over $1 million).....................................L, 1 Subcontractors listed properly....................................................C1 Signature ....................................................................................9, Contractor's Qualification Statement ...................................................Ea' Completeform and notarize........................................................Ea' ProposalSignature Page......................................................................[Er AllAddenda acknowledged .........................................................CI' Date, signed and addressed........................................................E]'� BidBond Form .... .......,...•...........................................El( Signed, sealed and dated ............................................................L'3' Powerof Attorney.......................................................................Ef (Amount,ofbid bond shall equal 5% of the total bid amount) Non-Collusion Affidavit ........................................................................Gr Signed, dated and notarized .....::..... .Elm Bidder's Checklist .... .................. ................................................B, The following forms are to be executed after the Contract is awarded- A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed• A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Horseshoe Bend Secondary Levees/Madfai 23 June 22, 2011 Project Number: 09-3005 ' PAYMENT AND PERFORMANCE BOND `��' KE1 T TO CITY OF KENT Bond No . 023018234 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Scarsella Bros. , Inc. as Principal, and SAFECO Insurance Company of America a Corporation organized and existing under the laws of the State of Washington, as a ' Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of ' $ 796, 821 . 10 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of = ' Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: 1 WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Horseshoe Bend Levee Improvements - East and West River Bend Secondary Levees/Project Number: 09-3005.7 (which contract is referred to herein and is made a part hereof ' as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and ' undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully ' perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said ' contract, and shall pay all laborers, mechanics, subcontractors and material men, and i all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by ' law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Horseshoe Bend Secondary Levees/Madfai 24 June 22, 2011 Project Number. 09-3005 � r TWO WITNESSES: Scarsella Bros. , Inc. PRINCIPAL t6nte ri 's name above) BY: TITLE: President DATE: -TIa g l l DATE: 1 lag l I n Q T'AT"tL1 Q2s{�_ CORPORATE SEAL: P2i rItzi PRINT NAMEE_, f DATE: 7Jd 8(� � SAFECO Insurance Company of America SURE CORPORATE SEAL: BY: D", kk DATE: July 22, 2011 , Peggy A. Firth TITLE: Attorney-in-Fact ADDRESS: 1001 4th Ave. , Suite 1300 Seattle, WA 98154 ' CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as ; Principal in the within Bond; that rp'w-K scF+r'SeI'4� Who signed the said bond on behalf of the Principal 5o+r-'V- SAT., C, ' Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for in behalf of said Corporation by ' authority of its governing body. SECRETARY OR ASSISTANT SECRETARY Horseshoe Bend Secondary Levees/Madfai 25 June 22, 2011 Project Number. 09-3005 #HIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4624065 ' This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. SAFECO INSURANCE COMPANY OF AMERICA ' SEATTLE,WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Safeco Insurance Company of America(the"Company"),a Washington stock Insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint KAREN SWANSON, ERIC A ZIMMERMAN,KRISTINE A LAWRENCE,ANNE E STRIEBY,JENNIFER L.SNYDER,JULIE R TRUITT,PEGGY A FIRTH,MELINDA CARLSON, CHRISTOPHER KINYON,JAMES B BINDER,PETER J COMFORT,BRENT E HEILESEN,LISA KERSTETTER,BRADY MORIARTY,LISA M ANDERSON, MARK E HELLING,WYNTRENE MACE,BONNIE NORTH,MITCHELL R SMEE,KELLIE HOGAN,BARBARAA JOHNSON,SANDRA J KULSETH,PHYLIS C ROBISON, JEFFREY L ZIMMERMAN,KATHY L PATTON,DIANE M HARDING,JAKE OJA,CHRISTINA V FENIMORE,JOHN C OJA,ALL OF THE CITY OF TACOMA,STATE OF WASHINGTON .. . .... each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on Its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWO HUNDRED MILLION AND 001100""""""""""""' DOLLARS($ 200,000,000 00""''""""""""""" )each,and the execution of such undertakings, bonds,recognizances and other surety obligations in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the ' president and attested by the secretary of the Company in their own proper persons That this power is made and executed pursuant to and by authority of the following By-law and Authorization ARTICLE IV-Officers Section 12 Power of Attorney Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitations as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to actin behalf of the Corporation to make, w C execute,seal,acknowledge and deliver as surety any and all undertakings bonds,recognizances and other surety obligations Such attorneys-in- CL fact, subject to the limitations set forth in their respective powers of attorney shall have full power to bind the Corporation by their signature and e executed,such instruments shall be as binding as if signed by the president and attested by the secretary fn J2 cBy the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact = 3 Pursuant to Article IV, Section 12 of the By-laws, David M Carey,Assistant Secretary of Safeco Insurance Company of America, is authorized to = O Ct appoint such attorneys-in-fact as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety Al I- 3 any and all undertakings, bonds,recognizances and other surety obligations W EE That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect O p- > o oIN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of wM eSafeco Insurance Company of America has been affixed thereto in Plymouth Meeting,Pennsylvania this end dayof June O 2011 `m c 1,00 �g �r. SAFEC/O///I//,/N�/S�UGRA/N/C,/�E COMPANY OF AMERICA 0 E O ate, u Z&��"`L a lC w 7g53 z- BY 5 O w a+ David-M Carey, stant Secretary w rn a COMMONWEALTH OF PENNSYLVANIA ss O c COUNTY OF MONTGOMERY w y Im Cm On this end day of June 2011 before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America, that he knows the seal of said corporation, and that he >o A executed the above Power of Attorney and affixed the corporate seal of Safeco Insurance Company of America thereto with the authority and at the a u direction of said corporation m c , IN TESTIMONY WHEREO , v4p subscribed my name and affixed my notarial seal at Plymouth Meetin , Pennsylvania, on the day and year ,.hh n 3 first above written ( -- c°Q Z O ^i;ia�,.� <�, 00 re�c-sn>ns'r;a,hoGry B p� °�ymoatn T1a, hiontgnmery Co�rGy y 10 OF a�cwru-•isei� Fxo n>• s aaia Ter a Pastella,Notary Public CERTIFICATE �. Member Pv,n}y a^ixAs j arofNW­mx 16 YL�t'�1U I,the undersigned,Vice Insurance Company of America,do hereby certify that the original power of attorney of which the foregoing is a full,true and correct co once and effect on the date of this certificate, and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys-m-fact as provided in Article IV,Section 12 of the By-laws of Safeco Insurance Company of America ' This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Safeco Insurance Company of America at a meeting duly called and held on the 18th day of September,2009 VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company,wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed IN TESTIMONY WHEREOF, I have hereunto subscribed my name affixed the corporate seal of the said company,this a_ a day of , aoW 195,b Gregory W Davenport,Vice President CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF ' KENT, a Washington municipal corporation ("City"), and Scarsella Bros , Inc organized under the laws of the State of Washington i located and doing business at 8404 S 16th St., Kent, WA 98UST— ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: t1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Horseshoe Bend Levee Improvements - East and West River Bend Secondary Levees/Project Number: 09-3005.7 in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part ^'. thereof. The Contract Documents shall include all project specifications, ' provisions, and plans; the City's general and special conditions; the 2010 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for In the Contract Documents. 3. The Contractor for itself, and for Its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Horseshoe Bend Secondary Levees/Madfai 26 June 22, 2011 Protect Number: 09-3005 5. Contractor shall defend, indemnify, and hold the City, Its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed ' shall not be grounds to avoid any of these covenants of indemnification. I i Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. F IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, ' SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this w contract. 6. Contractor agrees, upon the City's written demand, to make all books and , records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. t7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. S. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. f 9. Contractor shall fully cover any and all loads of loose construction materials, ' including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Horseshoe Send Secondary Levees/Madfai 27 June 22, 2011 Proiect Number: 09-3005 i s R IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. r ' CITY OF KENT BY: COOKE, MAYOR ATTEST• ��rr ' BRENDA JACOBER, CITY RK APPROVED AS TO F R : k KE T LAW DEPARTMENT " •i LCONTRACTOR : Scarsella Bros., Inc BY: �k) PRINT NAME: rank Scarsella TITLE: President DATE: 9,8 1/ k I Horseshoe Bend Secondary Levees/Madfai 28 )une 22, 2011 Protect Number: 09-3005 WITNESS, if INDIVIDUAL OR PARTNERSHIP: STATE OF WASHINGTON ) ss COUNTY OF KING ) On this day of , 201_, before me personally appeared and ' to me known to be and of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. NOTARY PUBLIC, in and for the State of Washington, residing at My appointment expires N Horseshoe Bend Secondary Levees/Madfat 29 June 22, 2011 Project Number 09-3005 EXHIBIT A t INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, ' insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance R Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office v (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. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. s I 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies. 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 3. Excess Liability insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL (combined with Products/Competed Operations coverage) and Auto Liability policies cited above. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: Horseshoe Bend Secondary Levees/Madfai 30 June 22, 2011 Project Number 09-3005 EXHIBIT A (continued) e1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against ' whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause ! whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, ; or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their ' Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. iF. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Horseshoe Bend Secondary Levees/Madfai 31 June 22, 2011 Project Number 09-3005 Client# 111013 SCARBROS7 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE2/201 YYVY) 1 712212011 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 INSURERS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER NAMEONTACT Sharnel Di-Vona ADDRESS _� No Propel Insurance PHONE Ezt 253 310 4047 (vc ) 866 577 1326 Tacoma Commercial Insurance E MAIL skd@propehnsurance com - — - — 1201 Pacific Ave,.Suite 1000 INSURERS)AFFORDING COVERAGE NAICIf Tacoma,WA 98402 National Fire Ins Co of Hartfor NSURER A 20478 INSURED INSURERB Starr Indemnity&Liability Co 38318 Scarsella Bros, Inc INSURERC Illinois Union Insurance Comp 27960 PO Box 68697 INSURER Valley Forge Insurance Company 20508 Seattle,WA 98168-0697 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 NOPNITHSTANDING 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 'ADDL SUBR POLICY EFF POLICY ECP LIMITS LTR TYPE OF INSURANCE INSR AND ___ POLICY NUMBER LhIMIDDIYYYY IMMI A GENERAL LIABILITY X X 2083280154 5101/2011 0510112012 EACH OCCURRENCE $1,0(J0,000 X COMMERCIAL GENERAL LIABILITY PRECAGES(ERoocurrDence) $1,000,000 CLAIMS-MADE OCCUR MEDEXP(Any oneperson) $5,000 X PDDed $5,000 PERSONAL&ACV INJURY $1,0001000 GENERAL AGGREGATE $2,000,000 GENE AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG s2,000,000 POLICY X� PECOT LOC (POMBINEO SINGLE LIMIT $ D AUTOMOBILE LIABILITY X X 2083280171 510112G11 05101/201 Ea accident $1,000,000 X ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X -TIRED AUTOS X AUUTO-0WNED PROPERTY DAMAGE $ Per accdent B UMBRELLA LIAB X OCCUR X X SISCCCLO1392211 5/0112011 051011201 EACH OCCURRENCE $10000000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $10 000 000 DED RETENTION$ $ WORKERS COMPENSATION VJC STATU- OTH- AND EMPLOYERS LIABILITY WA Stop Gap ITQRVLIMIT X E A OFFICER/MEMBER ECUTIVE,� NIA 2083280154 5101/2011 05101/201 EL EAC-(ACCIDENT $1,000,000 (Mandatory in NH) uu E L DISEASE-EA EMPLOYEE $1,000,000 If yes describe order EL DISEASE-POLICY LIMIT 1$1,000,000 DESCRIPTION OF OPERATIONS below C Contractors CPYG24880357003 0510112011 05/0112012 $2,000,000limit Pollution $25,000 deductible ` DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101 Additional Remarks Schedule if more space is required) RE Horseshoe Bend Levee Improvements, East&West River Bend SEcondary Levees, project#09-3005.7 Certificate holder is included as an additional insured per attached endorsements tCERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Dept ACCORDANCE WITH THE POLICY PROVISIONS 400 West Gowe Kent,WA 98032-5895 AUTHORIZED REPRESENTATIVE 2010 ACORD CORPORATION All rights reserved ACORD 25,2110115, 1 of 1 The ACORD name and logo are registered marks of ACORD #S7104141M681885 SXH00 POLICY NUMBER 2083280171 COMMERCIAL AUTO �l CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below Named Insured Scarsella Bros , Inc Endorsement Effective Date. 05/01/2011 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization as required by written contract Information regwred to complete this Schedule, if not shown above, will be shown in the Declarations The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization i I I CA 04 44 03 10 Copyright, Insurance Services Office, Inc , 2009 Page 1 of 1 I �I I i Scarsella Bros,Inc 2083280154 G-18652-1 j CNA (Ed 07109) i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS` GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization ' covered as an additional insured on any other endorsement now or hereafter attached to this Coverage ParL y SCHEDULE Coverages are summarized below For particulars and limitations affecting each coverage, please refer to the corresponding policy provisions in the body of this endorsement. 1. Miscellaneous Additional Insureds 13. Liberalization Clause 7 additional insured extensions 14. Unintentional Failure To Disclose Hazards 2. Employees As Insureds—Health Care Services 15. Notice of Occurrence 3. Joint VentureslPartnershiplLimited Liability 16. Broad Knowledge of Occurrence Companies Coverage for your interest in such terminated or 17. Aggregate Limits Per Project ended organizations 18. Bodily Injury—Extension of Coverage 4. Expanded Personal And Advertising Injury 19. Expected Or Intended Injury 5. Medical Payments Reasonable force—bodily injury or property Limits increased to$15,000. damage. Reporting increased to three years from the 20. Wrap-Up Extension date of accident 6. Legal Liability And Borrowed Equipment 21. Contractual Liability--Railroads ' Extended perils Expanded definition of"insured contract." Limit Increased to$200,000 for Damage to 22. Blanket Waiver of Subrogation Premises Rented To You Waiver of subrogation where required by written 7. Non-owned Watercraft contract or written agreement- Increased to 55 feet 23. In Rem Actions ' 8. Non-owned Aircraft Coverage 9. Contractual Liability For Personal And ix Advertising Injury 10. Supplementary Payments Cost of bail bonds increased to$2,500 Daily loss of earnings increased to $1,000 11. Liquor Liability Coverage Extension 12. Newly Formed Or Acquired Organizations Coverage extended to the end of the policy period. i i 1 G-18552-f Includes copyrighted material of Insurance Services Office,Inc,with Its permission. Page 1 of 8 (Ed 07109) j Scarsella Bras Inc 2083280154 G-18652-1 ' CNA (Ed. 07/09) n 1. MISCELLANEOUS ADDITIONAL INSUREDS b. Controlling Interest Section II Who Is An Insured is amended to Any persons or organizations with a include as an Insured any person or organization controlling Interest in you but only with (called additional insured) described In Paragraphs respect to their liability arising out of I 2.a through 2.g. below whom you are required to (1) Their financial control of you, or add as an additional insured on this policy under a written contract or written agreement However, the (2) Premises they own, maintain or written contract or written agreement must be control while you lease or occupy ' these premises 1. Currently in effect or becoming effective t during the term of this policy; and This insurance does not apply to a structural alterations, new construction ' 2. Executed prior to the "bodily injury," and demolition operations performed by "property damage" or "personal injury and or for Such additional insured advertising injury,' but c. Managers or Lessors of Premises Only the following persons or organizations are additional insureds under this endorsement and A manager or lessor of premises but coverage provided to such additional insureds is only with respect to liability arising out of limited as provided herein- the ownership, maintenance or use of j a. State or Governmental Agency that specific part of the premises leased 9 Y or to you and subject to the following Subdivision or Political Subdivisions additional exclusions A state or governmental agency or This insurance does not apply to: subdivision or political subdivision ;t subject to the following provisions. (1) Any"occurrence" which fakes place after you cease to be a tenant in (1) This insurance applies only with that premises, or respect to the following hazards for which the state or governmental (2) Structural alterations, new agency or subdivision or political construction or demolition ,g subdivision has issued a permit or operations performed by or on authorization in connection with behalf of such additional insured. premises you own, rent, or control d. Mortgagee, Assignee or Receiver and to which this insurance applies a The existence, maintenance, A mortgagee, assignee or receiver but ( ) only with respect to their liability as repair, construction, erection, or mortgagee, assignee, or receiver and removal of advertising signs, arising out of the ownership, awnings, canopies, cellar maintenance, or use of a premises by ' entrances, coal holes, you driveways, manholes, marquees, hoistaway openings, This insurance does not apply to sidewalk vaults, street banners, structural alterations, new construction or decorations and similar or demolition operations performed by exposures; or or for such additional insured (b) The construction, erection, or e. Owners/Other Interests — Land is removal of elevators; or Leased (2) This insurance applies only with An owner or other interest from whom respect to operations performed by land has been leased by you but only you or on your behalf for which the with respect to liability arising out of the state or governmental agency or ownership, maintenance or use of that subdivision or political subdivision specific part of the land leased to you has issued a permit or and subject to the following additional authorization. exclusions. This insurance does not apply to "bodily This insurance does not apply to. injury," "property damage" or "personal (1) Any"occurrence" which takes place and advertising injury" arising out of after you cease to lease that land, operations performed for the federal government, state or municipality or j I G-18652-1 Includes copyrighted material of Insurance Services Office,Inc,with Its permission Page 2 of 8 (Ed 07109) j i Scarsella Bros,Inc 2083280154 G-18652-1 CNA (Ed. 07109) j company that is not shown as a Named Insured — I — Coverage C for all medical expenses ' in the Declarations because of "bodily Injury" sustained by any 4. EXPANDED PERSONAL AND ADVERTISING one person The Medical Expense Limit is the greater of INJURY A. The following is added to Section V — (1} $15,000, or Definitions, the definition of "Personal and (2) The amount shown in the ; advertising injury" Declarations for Medical Expense 1 h. Discrimination or humiliation that results in Limit injury to the feelings or reputation of a B. This provision 5. (Medical Payments) does not natural person, but only if such apply if Section I — Coverage C Medical discrimination or humiliation is Payments is excluded either by the provisions 1 (1) Not done intentionally by or at the of the Coverage Part or by endorsement direction of C. Paragraph 1.a.(3)(b) of Section I—Coverage C (a} The Insured;or — Medical Payments, is replaced by the following- (b) Any "executive officer," director, (b) The expenses are Incurred and reported to stockholder, partner, member or us within three years of the date of the manager(if you are a limited liability accident;and 3 company)of the insured, and (2) Not directly or Indirectly related to the 6. LEGAL LIABILITY AND BORROWED j employment, prospective employment, EQUIPMENT past employment or termination of A. Under Section I—Coverage A—Bodily Injury employment of any person or persons and Property Damage 2. Exclusions, by any insured. Exclusion j. is replaced by the following B. Exclusions of Section I — Coverage B — "Property damage"to Personal and Advertising Injury Liability is (1) Property you own, rent, or occupy; amended to include the following Discrimination Relating To Room, (2) Premises you sell, give away or Dwelling or Premises abandon, if the "property damage„ arises out of any part of those Caused by discrimination directly or premises; indirectly related to the sale, rental, lease or (3) Property loaned to you; ' sub-lease or prospective sale, rental, lease or sub-lease of any room, dwelling or (4) Personal property in the care, premises by or at the direction of any custody or control of the insured, insured. (5) That particular part of real property Fines Or Penalties on which you or any contractors or Fines or penalhes levied or imposed by a subcontractors working directly or governmental entity because of indirectly on your behalf are performing operations, if the discrimination. "property damage" arises out of D. This provision 4. (EXPANDED PERSONAL those operations, or I AND ADVERTISING INJURY COVERAGE) (6) That particular part of any property does not apply if Section I — Coverage B — that must be restored, repaired or Personal And Advertising Injury Liability is replaced because "your work" was excluded either by the provisions of the incorrectly performed on it. ' Coverage Part or by endorsement. 5. MEDICAL PAYMENTS Paragraph (2) of this exclusion does not apply if the premises are "your work" A. Paragraph 7. Medical Expense Limit, of and were never occupied, rented or Section III — Limits of Insurance is deleted held for rental by you and replaced by the following: Paragraphs (1), (3) and (4) of this 7. Subject to Paragraph 5. above (the Each exclusion do not apply to ' Occurrence Limit), the Medical Expense (i) "property damage" to tools Limit is the most we will pay under Section or equipment loaned to you G-18652-1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 8 ' (Ed 07/09) ff i Scarsella Bros,Inc 2083280154 G-18652-1 ` CNA (Ed 07/09) li 3 if the tools or equipment b. The Damage To Premises Rented To ' are not being used to You Limit shown in the Declarations. perform operations at the ra D. Paragraph 4.b. 1 a II of Section IV — time of loss, or g p ( )( )( ) l Commercial General Liability Conditions is (it) "property damage" (other deleted and replaced by the following i than damage by fire) to (ii) That is property insurance premises rented to you or for premises rented to you temporarily occupied by or temporarily occupied by ' you with the permission of you with the permission of the owner, or to the the owner, or contents of premises rented to you for a period of E. This provision 6. (LEGAL LIABILITY AND 7 or fewer consecutive BORROWED EQUIPMENT) does not apply if ' days. A separate limit of Damage To Premises Rented To You Liability insurance applies to under Section I — Coverage A is excluded Damage To Premises either by the provisions of the Coverage Part or Rented To You as by endorsement described in Section III —Limits Of Insurance- 7. NON-OWNED WATERCRAFT , Paragraphs (3), (4), (5) and (6) of this Under Section I — Coverage A, Exclusion 2.9., exclusion do not apply to liability subparagraph (2) is deleted and replaced by the assumed under a sidetrack agreement following. Paragraph (6)of this exclusion does not (2) A watercraft you do not own that is- apply to "property damage" included in (a) Less than 55 feet long, and the "products-completed operations hazard " (b) Not being used to carry persons or property for a charge ' I S. Under Section 1 --Coverage A-- Bodily Injury 8 NON-OWNED AIRCRAFT and Property Damage the last paragraph of 2. Exclusions is deleted and replaced by the Exclusion 2.g. of Section I—Coverage A— Bodily following Injury and Property Damage, does not apply to an Exclusions c. through n. do not apply to aircraft you do not own, provided that damage by fire to premises while rented to you 1. The pilot in command holds a currently or temporarily occupied by you with permission effective certificate issued by the duly of the owner or to the contents of premises constituted authority of the United States of rented to you for a period of 7 or fewer America or Canada, designating that person consecutive days. as a commercial or airline transport pilot, A separate limit of insurance applies to this 2. It is rented with a trained,paid crew, and coverage as described in Section III — Limits Of Insurance. 3. It does not transport persons or cargo for a C. Paragraph 6. Damage To Premises Rented To charge You Limit of Section III—Limits Of Insurance 9. CONTRACTUAL LIABILITY FOR PERSONAL is replaced by the following. AND ADVERTISING INJURY 6. Subject to Paragraph 5. above, (the Each Exclusion e. Contractual Liability of Section I — ' Occurrence Limit), the Damage To Coverage B is deleted Premises Rented To You Limit is the most 10. SUPPLEMENTARY PAYMENTS we will pay under Section—I—Coverage A ' for damages because of"property damage" A. Under Section I—Supplementary Payments— to any one premises while rented to you or Coverages A and B, Paragraph 1.b., the limit of temporarily occupied by you with the $250 shown for the cost of bail bonds is permission of the owner, including contents replaced by$2,500 of such premises rented to you for a period S. In Paragraph 1.d., the limit of $250 shown for of 7 or fewer consecutive days. The daily loss of earnings is replaced by$1,000 Damage To Premises Rented To You Limit is the greater of 11. LIQUOR LIABILITY i a. $200,000, or Exclusion c.of Section I—Coverage A is deleted. G-18652-1 Includes copyrighted material of Insurance Services Office,Inc,with its permission Page 5 of 8 ' (Ed 07/09) Scarsella Bros,Inc 2083280154 G-18652-1 CNA (Ed. 07/09) 12. NEWLY FORMED OR ACQUIRED (4) A manager, if you are a limited ORGANIZATIONS liability company. Paragraph 3.a. of Section 11 — Who Is An Insured 17. AGGREGATE LIMITS PER PROJECT is deleted and replaced by the following A. For all sums which the insured becomes legally Coverage under this provision is afforded only until obligated to pay as damages caused by the end of the policy period or the next anniversary "occurrences" under Section I — Coverage A, of this policy's effective date after you acquire or and for all medical expenses caused by a form the organization,whichever is earlier. accidents under Section I—Coverage C,which can be attnbuted only to ongoing operations at a y 13. LIBERALIZATION CLAUSE single construction project away from premises If we adopt a change in our forms or rules which owned by or rented to the insured ' would broaden coverage for contractors under this 1. A separate Single Construction Project endorsement without an additional premium charge, General Aggregate Limit applies to each your policy will automatically provide the additional construction project away from premises coverages as of the date the revision is effective in owned by or rented to the insured, and that your state limit is equal to the amount of the General 14. UNINTENTIONAL FAILURE TO DISCLOSE Aggregate Limit shown in the Declarations. HAZARDS 2. The Single Construction Project General Based on our reliance on your representations as to Aggregate Limit is the most we will pay for existing hazards, if unintentionally you should fail to the sum of all damages under Coverage A, disclose all such hazards at the inception date of except damages because of "bodily injury" your policy, we will not deny coverage under this or "property damage" included in the Coverage Part because of such failure. "products-completed operations hazard," 15. NOTICE OF OCCURRENCE and for medical expenses under Coverage C regardless of the number of ' The following is added to Paragraph 2. of Section a. Insureds, IV — Commercial General Liability Conditions — Duties In The Event of Occurrence, Offense, b. Claims made or"suits"brought, or Claim or Suit: C. Persons or organizations making claims Your rights under this Coverage Part will not be or bringing "suits" prejudiced if you fail to give us notice of an 3. Any payments made under Coverage A for "occurrence," offense, claim or"suit"and that failure damages or under Coverage C for medical ' is solely due to your reasonable belief that the i expenses shall reduce the Single "bodily Intury" or "property damage" is not covered , under this Coverage Part However, you shall give Construction Protect General Aggregate written notice of this "occurrence," offense, claim or Limit for that construction protect away from suit" to us as soon as you are aware that this premises owned by or rented to the insured. insurance may apply to such "occurrence," offense Such payments shall not reduce the claim or"suit" General Aggregate Limit shown in the Declarations nor shall they reduce any other 16. BROAD KNOWLEDGE OF OCCURRENCE Single Construction Project General Aggregate Limit for any other separate The following is added to Paragraph 2. of Section construction project away from premises IV — Commercial General Liability Conditions — owned by or rented to the insured Duties in The Event of Occurrence, Offense, Claim or Suit: 4. The limits shown in the Declarations for You must give us or our authorized representative Each Occurrence, Damage To Premises notice of an "occurrence," offense, claim, or "suit" Rented To You and Medical Expense continue to apply However, instead of ' only when the "occurrence," offense, claim or "suit" being subject to the General Aggregate is known to. Limit shown in the Declarations, such limits (1) You, if you are an individual; will he subject to the applicable Single Construction Project General Aggregate (2) A partner, If you are a partnership; Limit. (3) An executive officer or the B. For all sums which the insured becomes legally employee designated by you to give obligated to pay as damages caused by such notice, if you are a "occurrences" under Section I — Coverage A, corporation, or G-18652-1 Includes copyrighted material of Insurance Services Office,Inc,with its permission Page 6 of 8 (Ed 07109) { Scarsella Bros,Inc 2083280154 G-18652-1 tCNA (Ed 07109) and for all medical expenses caused by 20. OWNER CONTROLLED INSURANCE PROGRAM, ' accidents under Section 1—Coverage C,which CONTRACTOR CONTROLLED INSURANCE cannot be attributed only to ongoing operations PROGRAM OR CONSOLIDATED (WRAP-UP) at a single construction project away from INSURANCE PROGRAMS premises owned by or rented to the Insured. The endorsement EXCLUSION—CONSTRUCTION 1. Any payments made under Coverage A for WRAP-UP PROGRAM which is attached to this damages or under Coverage C for medical policy is amended as follows j expenses shall reduce the amount available A If the endorsement EXCLUSION — under the General Aggregate Limit or the CONSTRUCTION WRAP-UP or another Products-Completed Operations Aggregate exclusionary endorsement pertaining to Owner Limit,whichever is applicable; and Controlled Insurance Programs (O C LP ) or 2. Such payments shall not reduce any Single Contractor Controlled Insurance Programs Construction Protect General Aggregate (C C.I P.) is attached to this policy, then it is Limit amended to add the following C. When coverage for liability arising out of the With respect to a "consolidated (wrap-up) ' "products-completed operations hazard" is insurance program" project in which you are or provided, any payments for damages because were involved, this exclusion does not apply to of "bodily injury" or "property damage" included in the "products-completed operations hazard" 1. Your liability for "bodily Injury," "property i ' damage," or "personal or advertising Injury' will reduce the Products-Completed Operations j Aggregate Limit, and not reduce the General that occurs during your ongoing operations Aggregate Limit nor the Single Construction at the project, or during such operations of ' Project General Aggregate Limit, anyone acting on your behalf, D. If a single construction project away from 2. Your liability for "bodily injury" or "property damage" included within the "products- premises owned by or rented to the insured has completed operations hazard" that arises been abandoned and then restarted, or if the ' r-.ontractin out r those portions of the project that are authorized `J parties deviate- from not"residential structures" plans, blueprints, designs, specifications or timetables, the project will still be deemed to be B. The following is added to Paragraph 4.b.(1) of the same construction project. Section IV-Commercial General Liability E. The provisions of Section III — Limits Of Conditions Insurance not otherwise modified by this This insurance is excess over endorsement shall continue to apply as' stipulated ( ) y c An of the other Insurance whether primary, excess, contingent or any other 18. EXPANDED BODILY INJURY basis that is insurance available to you Section V — Definitions, the definition of "bodily as a result of your being a participant in d t a "consolidated (wrap-up)injury"is changed to read p- P) insurance program," but only as respects your "Bodily injury" means bodily injury, sickness or involvement in that"consolidated (wrap- disease sustained by a person, including death, up) insurance program " humiliation, shock, mental anguish or mental injury C. The following is added to Section V — by that person at any time which results as a Definitions. consequence of the bodily injury, sickness or disease "Consolidated (wrap-up) insurance program" 19 EXPECTED OR INTENDED INJURY means a construction, erection or demolition project for which the prime contractor/project Exclusion a. of Section I — Coverage A — Bodily manager or owner of the construction project ' Injury and Property Damage Liability is replaced has secured general liability insurance covering by the following- some or all of the contractors or subcontractors a. "Bodily injury" or "property damage" involved in the project, otherwise referred to as I expected or intended from the an Owner Controlled Insurance Program standpoint of the insured This (C.0 I P.) or Contractor Controlled Insurance exclusion does not apply to "bodily Program (C C I P). injury" or "property damage" resulting "Residential structure" means any structure ' from the Use of reasonable force to where 30% or more of the square foot area is protect persons or property used or is intended to be used for human G-18552-1 Includes copyrighted material of Insurance Services Office, Inc,with its permission Page 7 of 8 (Ed 07l09) Scarsella Bros,Inc 2083280154 (Ed G-186 2-1 CHA residency Including but not limited to single or (1) That Indemnifies an architect, ' multifamily housing, apartments, condominiums, engineer or surveyor for Injury or townhouses, co-operatives or planned unit damage arising out of: " developments and also includes their common areas and/or appurtenant structures (including (a} Preparing, approving fading pools, hot tubs, detached garages, guest to prepare or approvee maps, houses or any similar structures) When there is shop drawings, opinions, no individual ownership of units, residential reports, surveys, field orders, structure does not include military housing, change orders or drawings and collegeluniversity housing or dormitories, long specifications, or term care facilities, hotels, or motels (b) Giving directions or instructions, Residential structure also does not include or fading to give them, if that is hospitals or prisons the primary cause of the injury ' 21. CONTRACTUAL LIABILITY—RAILROADS or damage; With respect to operations performed within 50 feet (2) Under which the insured, if an of railroad property, the definition of "insured architect, engineer or surveyor, or contract" in Section V— Definitions is replaced by assumes liability for th injurye insured's the following: damage arising out of th rendering or failure to render "Insured Contract" means: professional services, including a. A contract for a lease of premises. those listed in (1) above and However, that portion of the contract for supervisory, inspection, a lease of premises that indemnifies architectural or engineering activities any person or organization for damage by fire to premises while rented to you 22. BLANKET WAIVER OF SUBGROGATION or temporarily occupied by you with The Transfer Of Rights Of Recovery Against permission of the owner is not an "insured contract": Others 7o Us Condition (Section IV—Commercial General Liability Conditions) is amended by the b. A sidetrack agreement, addition of the following: c. Any easement or license agreement; We waive any right of recovery we may have d. An obligation, as required by ordinance, against any person or organization because of to indemnify a municipality, except in payments we make for Injury or damage arising out connection with work for a municipality, of e. An elevator maintenance agreement, 1. Your ongoing operations, or f. That part of any other contract or 2. "Your work" included in the "products- agreement pertaining to your business completed operations hazard.' ' (inclucing an indemnification of a However, this waiver applies only when you have municipality in connection with work agreed in writing to waive such rights of recovery in performed for a municipality) under a contract or agreement, and only if the contract or ' which you assume the tort liability of agreement: another party to pay for"bodily injury" or "property damage" to a third person or 1. Is in effect or becomes effective during the organization Tort liability means a term of this policy, and liability that would be imposed by law in 2. Was executed prior to loss the absence of any contract or 23. IN REM ACTIONS agreement Paragraph f. does not include that part Any action in rem against any vessel owned, ' of any contract or agreement: operated by or for, or chartered by or for you will be treated in the same manner as though the action ) were in personam against you. G-18652-1 Includes copyrighted material of Insurance Services Office, Inc,with its permission Page 8 of 8 (Ed 07109) ii ' POLICY NUMBER: 2083280171 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED ' This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless ' modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below Endorsement Effective,osioii2o�i Countersigned By: ' Named Insured Scarsella Bros , Inc (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): i Any person or organization for whom you are contractually bound to provide Additional Insured status but only to the extent of such person or organizations liability arising out of the use of covered auto. ' (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to the endorsement ) ' Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1993 Page 1 of 1 rScarsella Bros,Inc 2083280154 � CNA (Ed 1 31-C (Ed 0110} THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE ' This endorsement modifies Insurance provided under the following- COMMERCIAL GENERAL LIABILITY COVERAGE PART ' SCHEDULE(OPTIONAL) Name of Additional Insured Persons Or Organizations ' (As required by"written contract"per Paragraph A below.) I Locations of Covered Operations (As per the"written contract," provided the location is within the"coverage territory"of this Coverage Part) A. Section II - Who Is An Insured is amended to 2. We will not provide the additional Insured any ' include as an additional Insured broader coverage or any higher limit of 1. Any person or organization whom you are insurance than the least that is: required by "written contract" to add as an a. Required by the"written contract", additional insured on this Coverage Part, and b. Described in B.I.above; or 2. The particular person or organization, if any, scheduled above c. Afforded to you under this policy. B. The insurance provided to the additional insured Is 3. This insurance is excess of all other insurance limited as follows: available to the additional insured whether on a primary, excess, contingent or any other basis 1. The person or organization is an additional But if required by the "written contract," this insured only with respect to liability for "bodily insurance will be primary and non-contributory injury," "property damage," or "personal and relative to insurance on which the additional advertising injury" caused in whole or in part by insured is a Named Insured a. Your acts or omissions, or 4. The insurance provided to the additional insured does not apply to "bodily injury," "property b. The acts or omissions of those acting on damage," or "personal and advertising injury your behalf arising out of in the performance of your ongoing operations specified in the"written contract", or a. The rendering of, the failure t render, any professional architectural, engineering, C. "Your work" that is specified in the "written or surveying services, including contract" but only for "bodily injury" or ( ) preparing, pp g g ' "property damage" included in the 1 Theapproving, or failing to "products-completed operations hazard," prepare or approve maps, shop and only if drawings, opinions, reports, surveys, field orders, change orders or drawings (1) The "written contract" requires you to and specifications; and provide the additional insured such (2) Supervisory, inspection, architectural or coverage, and engineering activities, or ' (2) This Coverage Part provides such coverage G-140331-C Includes copyrighted matenal of Insurance Services Office,fne.,with its permission Page 1 of 2 (Ed. 10110) ' Scarsella Bros,Inc 2083280154 G-14d331-C CNA (Ed 10l10) r b. Any premises or work for which the We have no duty to defend or Indemnify an additional Insured is specifically listed as an additional Insured under this endorsement until additional Insured on another endorsement we receive from the additional Insured written attached to this Coverage Part notice of a claim or"suit." ' C. SECTION IV — COMMERCIAL GENERAL 2. With respect only to the insurance provided by LIABILITY CONDITIONS is amended as follows this endorsement, the first sentence of 1. The Duties In The Event of Occurrence, Paragraph 4.a.of the Other Insurance Condition Offense, Claim or Suit condition is amended to is deleted and replaced with the following- add the following additional conditions 4. Other Insurance applicable to the additional insured. a. Primary Insurance An additional insured under this endorsement ' will as soon as practicable This insurance is primary and contributory except when rendered (1) Give us written notice of an "occurrence" or excess by endorsement G-140331-C, an offense which may result in a claim or or when Paragraph b. below applies "suit" under this insurance, and of anv claim or"suit" that does result, D. Only for the purpose of the Insurance provided by this endorsement, SECTION V — DEFINITIONS is (2) Except as provided in Paragraph B,3 of this amended to add the following definition ' endorsement, agree to make available any "Written contract" means a written contract or other insurance the additional Insured has written agreement that requires you to make a for a Part, loss we cover under this Coverage person or organization an additional insured on this Coverage Part, provided the contract or agreement (3) Send us copies of all legal papers received, 1. is currently in effect or becomes effective during and otherwise cooperate with us in the investigation, defense, or settlement of the the term of this policy, and claim or"suit", and 2. Was executed prior to• ' (4) Tender the defense and indemnity of any a. Tne 'bodily Injury"or"property damage",or claim or "suit" to any other insurer or self insurer whose policy or program applies to a b The offense that caused the "personal and ' loss we cover under this Coverage Part, advertising injury" But if the "written contract" requires this for which the additional insured seeks coverage insurance to be primary and non- under this Coverage Part. contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. I i 1 1 1 � P G-140331-C Includes copyrighted material or insurance Services Office,Inc,with its permission Page 2 of 2 (Ed 10/10) { S KENT SPECIAL PROVISIONS TABLE OF CONTENTS si DIVISION 1 GENERAL REQUIREMENTS ..................................... AGE 1-1 ' 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-3 ' 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-7 1-05 Control of Work .............................................................. 1-9 1-06 Control of Material .......................................................... 1-18 1-07 Legal Relations and Responsibilities to the Public................. 1-21 1-08 Prosecution and Progress ................................................. 1-31 ' 1-09 Measurement and Payment .............................................. 1-35 1-10 Temporary Traffic Control ................................................ 1-38 DIVISION 2 EARTHWORK.......................................................... 2-1 2-01 Clearing, Grubbing and Roadside Cleanup .......................... 2-1 2-02 Removal of Structures and Obstructions . .. . . 2-2 2-03 Roadway Excavation and Embankment .................. ... .. ... 2-4 I 2-05 Bulk Bag Installation ....... .. 2-6 .............................................. ' 2-06 Subgrade Preparation...................................................... 2-7 2-07 Watering ....................................................................... 2-7 s ' DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow for Levee Embankment ............................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. S-1 " 5-02 Bituminous Surface Treatment.......................................... 5-1 a 5-04 Hot Mix Asphalt .............................................................. 5-1 ' DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 . i 8-01 Erosion Control and Water Pollution Control ........................ 8-1 i 8-02 Roadside Restoration...... ......... ............... 8-13 8-12 Chain Link Fence and Wire Fence ...................................... 8-15 ' 8-26 Bollards......................................................................... 8-17 8-30 Project Signs.................................................................. 8-17 DIVISION 9 MATERIALS........::.................................................. 9-1 9-03 Aggregates .... ..... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-2 t ' Horseshoe Bend Secondary Levees/Madfai June 22, 2011 Protect Number 09-3005 i KENT SPECIAL PROVISIONS ' TABLE OF CONTENTS PAGE KENT STANDARD PLANS .................................................................. A-1 ' WSDOT STANDARD PLANS............................................................... A-2 MISCELLANEOUS DETAILS............................................................... A-3 ' TRAFFIC CONTROL PLANS ............................................................... A-4 PREVAILING WAGE RATES............................................................... A-5 ' 1 Horseshoe Bend Secondary Levees/Madfai June 22, 2011 Project Number 09-3005 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2010 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 ("Standard Specifications"). Otherwise all provisions of the Standard Specifications shall apply. All references in the Standard Specification to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General Special Provisions. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular protect. R DIVISION 1 - GENERAL REQUIREMENTS a 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General I When these Special Provisions make reference to a "Section", for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons i NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.3 Definitions Contract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Horseshoe Bend Secondary Levees/Madfai 1 - 1 June 2.2, 2011 Project Number 09-3005 Department of Transportation and the Washington Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications") as of the date of signature by the Engineer. Otherwise all provisions of the Standard Specifications shall apply. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to a particular work and may include references which do not apply to this particular project. Also incorporated into the Contract Documents by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract Documents shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Standard Plans A set of specific plans or drawings developed and adopted by the City of Kent, which show frequently recurring components of work that have been standardized for use, hereinafter referred to as the "Standard Plans" or the "City of Kent Standard Plans." Standard Specifications The Standard Specifications for this contract are contained in the following publications: 1. "2010 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations. 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code." Horseshoe Bend Secondary Levees/Madfai 1 - 2 June 22, 2011 Project Number 09-3005 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above- listed documents, each document appearing on this list shall have priority over all documents, if any, listed below it. These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract, as well as construction details. Responsibility for obtaining these publications rests with the Contractor. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent 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. 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"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: ' 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.4(1) IS SUPPLEMENTED BY REVISING THE SECOND ITEM 2 OF THE 6TH PARAGRAPH: 1-02.4(1) General 2. The bidder failed to discover a latent ambiguity that would be discovered by a reasonably prudent contractor in preparing its bid. Horseshoe Bend Secondary Levees/Madfai 1 - 3 June 22, 2011 Project Number 09-3005 SECTION 1-02.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document. The soils information if any, used for design of this project is available for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.ci.kent.wa.us/procurement. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS),"IN THE SECOND PARAGRAPH AND BY ADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRAPH: 1-02.6 Preparation of Proposal ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL UNIT PRICES MUST BE STATED IN FIGURES. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. Horseshoe Bend Secondary Levees/Madfai 1 - 4 June 22, 2011 Project Number 09-3005 SECTION 1-02.7IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK". 1-02.7 Bid Deposit SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal 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. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, or file, or be j interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that ; has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(h) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: o 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH = THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified or pre-qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: i r s 1-03.1 Consideration of Bids ; The City of Kent 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. Horseshoe Bend Secondary Levees/Madfai 1 5 June 22, 2011 Project Number 09-3005 A bidder who wished 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. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m, on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. 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. SECTION 1-03.2 IS REVISED BY REPLACING 1145 CALENDAR DAYS" WITH "60 CALENDAR DAYS" RELATING TO CONTRACT A WARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract 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. The contract and the Surety Bonds will be executed in three (3) original counterparts. 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 and Section 1-03.4. If the successful bidder fails to provide these documents within this 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. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. Horseshoe Bend Secondary Levees/Madfai 1 - 6 June 22, 2011 Project Number 09-3005 No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the ;? schedule provided in these Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements if the Contractor is a sole proprietor or partner. If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The "Contract Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Payment and Performance Bond language of the contract. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-03.7 Judicial Review Any decision made by the City of Kent 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. 1-04 SCOPE OF THE WORK F SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the i proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. iSECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. 5 Horseshoe Bend Secondary Levees/Madfai 1 - 7 June 22, 2011 Project Number 09-3005 SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Change Orders 2. The Contract Agreement 3. Addenda 4. Kent Special Provisions 5. Contract Plans 6. Standard Specifications 7. Kent Standard Plans 8. Bid Packet Information SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor 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 not protested as provided in this section shall be full payment and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the change. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. 1-04.6 Variation in Estimated Quantities SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Adjacent Properties Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work, the Contractor Horseshoe Bend Secondary Levees/Madfai_ __ 1 8 June 22, 2011 Project Number 09-3005 shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with its materials. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: � 1-05 CONTROL OF WORK 1-05.5 City Provided Construction Staking 1-05.5(1) General The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. K The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions herein). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load, to complete the rescheduled work. Note: A working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for City Surveyors to replace the stake, marker or Horseshoe Bend Secondary Levees/Madfai 1 - 9 June 22, 2011 Project Number 09-3005 monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade, will not be allowed unless the original control points set by the Surveyor still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Surveyor. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. ' Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, j 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform his employees and subcontractors of their importance and of the necessity for their preservation. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by his construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for City Surveyors to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is Horseshoe Bend Secondary Levees/Madfai 1 - 10 June 22, 2011 Project Number 09-3005 I required by the construction operations of the Contractor or its subcontractors, and advance notice of at least two (2) full business days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 days in advance of the reauired staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25 foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50 foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where applicable. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and back fill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. ' S. Water Main - One set of line stakes will be furnished for water mains at 50 foot stations. Additionally, two reference stakes for ! each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In l both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25 foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 25 foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade ; hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline. Horseshoe Bend Secondary Levees/Madfai 1 11 June 22, 2011 j Project Number 09-3005 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50 foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. Cut sheets will be supplied when appropriate for curb, storm, sanitary ' sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at his own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 10-12 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet Slope staking +/-800-1200 lineal feet (top and toe) III umi nation/signal ization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line i of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. Horseshoe Bend secondary Levees/Madfai 1 - 12 June 22, 2011 Project Number 09-3005 1-05.5(7) Stake Verification It shall be the Contractor's responsibility to examine survey stakes before commencing operations. The Contractor shall notify the City if the validity of a stake is questionable, either as to location, offset, or amount of cut or fill marked on the stake. The City will then check the stake or stakes in question. Any stakes found to be in error will be reset one time only at no charge to the Contractor If the stakes are found to be correct as staked or should they need to be checked additional times thereafter, the Contractor will be charged at the rate of $150/hr for City survey crews to provide this service. The Contractor may not charge the City for any standby or "down" time as a result of any staking and/or resetting procedure. Any stake deemed to be damaged or disturbed by construction activity by the Engineer, inspector or survey crew will be exempt from this 4 paragraph. It may be replaced, but at a charge of $150/hour to the ; Contractor. The Contractor may not charge the City for any standby or "down" time as a result of any re-staking and/or resetting procedure. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract documents, the fi Engineer may correct and remedy such work as may be identified in the written notice, by such means as the Engineer may deem necessary, including the use of City forces. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the a contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment q may be deducted by the Engineer from monies due, or to become due, i the Contractor. Such direct and indirect costs shall include in i particular, but without limitation, compensation for additional % professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed I because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other i Horseshoe Bend Secondary Levees/Madfai 1 - 13 June 22, 2011 Project Number 09-3005 avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request the Engineer to establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. Horseshoe Bend Secondary Levees/Madfai 1 - 14 June 22, 2011 Project Number 09-3005 i This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for Final Inspection, the Contractor, by written notice, shall request the Engineer to schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall ; immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. a If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor and the City, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. I 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other i similar work, it may be desirable for the Engineer to have the I Contractor operate and test the work for a period of time after final I inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions s for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. R 1 Horseshoe Bend Secondary Levees/Madfai 1 - 15 June 22, 2011 Project Number 09-3005 e During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.12 Final Acceptance and Guarantee The Contractor must perform all the obligations under the contract , before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be calculated. The following must occur before the final acceptance date can be established and the final contract price calculated. 1. The physical work on the project must be complete. 2. The Contractor must furnish all documentation (required by the Contract and required by law) necessary to allow the City to certify the Contract as complete. A Certificate of Completion for the work, signed by the City, will constitute acceptance of the work and shall establish the Final Acceptance Date, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor (or the subcontractor or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Moreover, the City in establishing the Final Acceptance Date, shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material for a period of one (1) year from the date of acceptance by the City of Kent. Horseshoe Bend Secondary Levees/Madfai 1 - 16 June 22, 2011 Project Number 09-3005 i Final acceptance shall not constitute acceptance of any unauthorized or defective work or material. The City of Kent shall not be barred from requiring the Contractor, at his expense, to remove, replace, repair, or dispose of any unauthorized or defective work or material, or from recovering damages for any such work or material for a period of one year from the date of final acceptance. Contractors shall be barred from bidding on future City projects until the provisions of this section are satisfied. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. , If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Horseshoe Bend Levee King County Flood Control District is planning on paving portions of the existing primary levee (west of the west river bend secondary levee). Construction is expected to begin in September 2011 and last for about one month. SECTION 1-05IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1 Horseshoe Bend Secondary Levees/Madfai 1 - 17 June 22, 2011 Project Number 09-3005 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies. Accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals A Schedule of Submittals shall be completed by the Contractor. The schedule can be modified, deducted, or added to by the City. The Schedule shall be available at the preconstruction meeting (see 1-08.0) of the Kent Special Provisions. The Contractor shall submit three (3) copies of a Schedule of Submittals showing the date by which each submittal required for Product Review or Product Information will be made. The Schedule of Submittals must be accepted prior to payment. Identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. Indicate whether the submittal is required for Product Review of Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. Horseshoe Bend Secondary Levees/Madfai 1 - 18 June 22, 2011 Project Number 09-3005 t The Contractor shall allow a minimum of 21 days variable depending on the contract unless otherwise noted for the Engineer's review. See Section 1-08.3(2)B of the Kent Special Provisions for complete submittal review schedule. The Contractor shall also allow adequate time for manufacturer delivery at the construction site without causing delay to the Work. All submittals shall be in accordance with the approved Schedule of Submittals. Submittals shall be made early enough to allow for unforeseen delays such as: a 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet i the requirements of the Contract Documents. Re-reviews may require additional time beyond the 21 days. 2. Delay in manufacture. 3. Delays in delivery. 4. Labor disputes, work slowdowns or strikes. 1-06.6(3) Shop Drawings, Product Data and Samples I This paragraph covers submittal of Shop Drawings, Product Data and 4 Samples required for the Engineer's review. jNumber and type of submittals where applicable: 1. Shop Drawings: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall 1 make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to I demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Provide verification that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items that are existing or have or will be submitted. Horseshoe Bend Secondary Levees/Madfai 1 - 19 June 22, 2011 Project Number 09-3005 1 4. Label each Product Data submittal, Shop Drawing and Sample with the information required in this Section. Highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 5. Additional requirements for submittals are contained in the Technical Specification sections and in Section 1-08.3(2)B. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: ' 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies or errors that shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. Horseshoe Bend Secondary Levees/Madfai 1 - 20 June 22, 2011 Project Number 09-3005 I { 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically ; within the scope of RCW 39.04.120. For changes under RCW 39 04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07,2(1) General The Washington State Department of Revenue has issued special rules 4 on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or I improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This Horseshoe Bend Secondary Levees/Madfai 1 - 21 June 22, 2011 Pr03ect Number 09-3005 includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and , repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City of Kent has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. Horseshoe Bend Secondary Levees/Madfai 1 - 22 June 22, 2011 Project Number 09-3005 A copy of each permit and/or license obtained by the Contractor shall be furnished to the City of Kent. Approved permits shall be furnished to the City of Kent upon completion of the project and prior to final acceptance. Promptly notify the City of Kent in writing of any variance in the , contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification. F If Contractor performs work knowing it to be contrary to such laws, ordinances, rules, regulations, and orders, and without such notice to the City of Kent, Contractor shall assume full responsibility and bear all costs attributable to Contractor's failure to obtain all necessary permits within the time required. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic 4 SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer Alternatively, the Engineer may elect to accomplish repair by City forces or other means; ! however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. J a SECTION 1-07.14 IS REVISED BY DELETING THE THIRD, FOURTH, AND FIFTH PARAGRAPHS AND REVISING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY" OR "STATE" TO READ "CITY". J 1-07.14 Responsibility for Damage i i 1 Horseshoe Bend Secondary Levees/Madfai 1 - 23 June 22, 2011 �l Project Number 09-3005 SECTION 1-07.17 IS REVISED BY DELETING THE SECOND PARAGRAPH AND _ REPLACING WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field locations of utilities (1-800-424-5555). If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.22 030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. 1-07.17(4) Payment All costs to comply with this section and for the protection and repair PY P P specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through P P Y, 9 its employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific Horseshoe Bend Secondary Levees/Madfai 1 - 24 June 22, 2011 Project Number 09-3005 locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined in detail the plans of such utilities provided to it by the City and all other affected utility companies or entities, whether public or private. The following list of contacts is provided only as a convenience to the Contractor and may not constitute a complete or accurate ' list of all affected utilities. Comcast Puget Sound Energy Jerry Steele Anita Yurovchak 206 391-1763 253 476-6304 w st Verizon Warren Perkins Brad Landis (253) 372-5323 (425) 201-0901 425 766-1740 d SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project. 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.23(1) Construction Under Traffic The Contractor shall conduct all operations with the least possible obstruction and inconvenience to the public. The Contractor shall have under construction no greater length or amount of work than can be prosecuted properly with due regards to the rights of the public. To the greatest extent possible, the Contractor shall finish each section before beginning work on the next. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and pedestrian and bicycle paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer at the City's expense. The Contractor shall also maintain roads, streets, sidewalks, pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects. Cleanup of snow and ice control debris will be at the City's expense. The Contractor shall perform the following: Horseshoe Bend Secondary Levees/Madfat 1 - 25 june 22, 2011 Project Number 09-3005 I. Remove or repair any condition resulting from the work that might impede pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting systems in operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems. 3. Maintain the striping and other channelization markings on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channelization, subject to the approval of the Engineer. When the scope of the project does not include work on the roadway, the City will be responsible for maintaining the striping and other channelization markings. 4. Maintain existing permanent signing. Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. S. Keep drainage structures clean to allow for free flow of stormwater. Cleaning of existing drainage structures within the project limits will be at the Contractor's expense when flow is impaired due to the Contractor's operations. Routine cleaning of existing drainage structures will be at the City's expense when the Engineer determines that flow is not impaired due to the Contractor's operations. 6. Whether or not the Contractor is on-site, when ordered by the Engineer, the Contractor shall immediately mobilize forces to place any asphalt concrete pavement, cold plant mix, crushed surfacing gravel and/or gravel borrow as the Engineer deems necessary to provide a smooth, even roadbed, pedestrian path and bicycle path. This work will be paid for under unit contract prices, but no adjustment in payments will be considered for any additional costs necessary to install the required surfacing material. If the Contractor fails to comply, the Engineer may order the work done by others and deduct the costs from any payments due or coming due the Contractor. To protect the rights of abutting property owners, the Contractor shall: 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners; 2. Maintain ready access to sidewalks, pedestrian and bicycle paths, driveways, houses and buildings along the line of work; 3. Provide temporary approaches to crossing or intersecting roads, streets, sidewalks, pedestrian and bicycle paths, and keep these approaches in good condition; and 4. Provide another access before closing an existing one whenever the contract or work requires removing and replacing an abutting owner's access. 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by the City's Traffic Control Supervisor (TCS) clearly indicates otherwise. Horseshoe Bend Secondary Levees/Madfai 1 - 26 June 22 2011 Project Number 09-3005 When traffic must pass through grading areas, the Contractor shall: 1. Make cuts and fills that provide a reasonably smooth even roadbed, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross; 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles, pedestrians, and bicyclists to conveniently and safely travel on the F side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles, pedestrians, and bicyclists until the first half is ready for use. 5. After rough grading or placing any subsequent layers, prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface (free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed a and compacted gravel at a minimum); and 6. Settle dust with water, or other dust palliative, as the Engineer may order. 5 If grading work is on or next to a roadway, street, sidewalk, pedestrian or bicycle path in use, the Contractor shall finish the grade immediately after rough grading and place surfacing materials as the work proceeds. When an adjacent sidewalk, pedestrian or bicycle path is in use, the Contractor shall immediately place and compact crushed surfacing to a width, line and grade conforming to federal ADA requirements after rough grading is complete. The Contractor shall conduct all operations to minimize any drop-offs (abrupt changes in roadway, shoulder, street, sidewalk, or pedestrian e or bicycle path) left exposed to traffic during working and nonworking hours. Unless otherwise specified in the approved TCP, drop-offs left Iexposed to traffic shall be protected as follows: 1. Drop-offs up to 0.20 foot, unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists, pedestrians, and bicyclists of the condition. 2. Drop-offs more than 0.20 foot that are in the traveled way, shoulder, auxiliary lane, sidewalk, or pedestrian or bicycle path will not be allowed unless protected with appropriate warning signs and further protected as indicated in 3b or 3c below. 3. Drop-offs more than 0.20 foot, but no more than 0.50 foot, that are not within the traveled way, shoulders, auxiliary lanes, pedestrian or bicycle path shall be protected with appropriate warning signs and further protected by having at least one of the i following: a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. b. Channelizing devices (Type II barricades, plastic safety drums, or other approved devices 36 inches or more in Horseshoe Bend Secondary Levees/Madfai 1 - 27 June 22, 2011 Project Number 09-3005 height) placed along the traffic side of the drop-off, and a new _ edge of pavement stripe placed a minimum of 3 feet from the edge of the drop-off. The maximum spacing between the devices in feet shall be the posted speed limit in miles per hour. Pavement drop-off warning signs, sidewalk drop-off warning signs, and pedestrian or bicycle path drop-off warning signs shall be placed in advance and throughout the drop-off treatment. c. Temporary concrete barrier or other approved barrier installed on the traffic side of the drop-off with 1 foot between the drop-off and the back of the barrier, and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. An approved terminal, flare, or impact attenuator will be required at the beginning of the section. For night use, the barrier shall have approved warning lights. 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and further protected as indicated in 3a, 3b, and/or 3c if all of the following conditions are met: a. The drop-off is less than 2 feet; b. The total length throughout the project is less than 300 feet; C. The drop-off does not remain for more than three working days; d. The drop-off is not present on any of the holidays listed in Section 1-08.4; e. The drop-off is only one side of the roadway. 5. Drop-offs more than 0.50 foot that are not within the traveled way, shoulder, auxiliary lane, sidewalk, pedestrian or bicycle lane, and are not otherwise covered by No. 4 above, shall be protected with appropriate warning signs and further protected as indicated in 3a or 3c. 6. Open trenches within the traveled way, shoulder, or auxiliary lane shall have steel plate covers placed and anchored over them. A wedge of suitable material, shall be placed for a smooth transition between the pavement and the steel plates where required. Open trenches within sidewalks, or pedestrian or bicycle paths shall not be permitted unless a suitable detour route is provided. Warning signs shall be used to alert motorists, pedestrians, and bicyclists of the presence of the steel plates, or pedestrian, or bicycle detour. 7. The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the City as specified in other sections of these specifications. Nothing contained in this contract is intended to create any third-party beneficiary rights in favor of the public or Horseshoe Bend Secondary Levees/Madfai 1 - 28 June 22, 2011 Project Number 09-3005 any individual utilizing the highway, road, or street facilities being constructed or improved under this contract. 8. The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the City's TCS. The Contractor shall not keep equipment and/or materials stored within 12 feet from the edge of the traveled way, unless protected by permanent guardrail, concrete barrier, or other device approved by the Engineer. The Contractor's employees and agents shall not park private vehicles within or along the traveled way, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes when those public access areas are open to public travel. SECTION 1-07.23(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours Unless otherwise approved by the Engineer, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove the following items when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, 2. Detour crossings of intersecting highways, streets, or roads, and q 3. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours shown in the plans or proposed by the City. The Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations Any detour proposed by the Contractor shall not be built, or used, until the Engineer approves. Surfacing and paving of built detours shall be consistent with traffic requirements. Upon failure of the Contractor to immediately provide, maintain, or remove detours or detour bridges when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due the Contractor. ISECTION 1-07.23 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.23(3) Temporary Street Closures Whenever the plans or Special Provisions require a temporary road 1 closure, the costs for the associated work for that temporary road fiI Horseshoe Bend Secondary Levees/Madfai 1 - 29 June 22, 2011 f Project Number 09-3005 n closure shall be paid for under the traffic control bid items contained within the contract proposal. Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer, the Contractor shall pay all costs associated with safely implementing that approved temporary road closure; i.e., regardless of the fact that the contract may include bid items for some or all of the work and materials required to implement this cost, or time saving Traffic Control Plan (TCP), all of the costs necessary for the preparation of the TCP, and for providing and implementing the traffic control devices and flaggers, shown on the TCP approved by the Citv's Traffic Control Supervisor shall be at the Contractor's sole expense. At least ten days prior to beginning work on a temporary road closure, the Contractor will submit a TCP for that temporary road closure to the City for review and approval. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or to provide, erect, maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. 1-07.23(4) Road Maintenance Until Accepted in writing by the Engineer, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the Engineer, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the ' Contractor's risk until compliance with the Contractor's obligation is assured or, the Engineer may order the streets in question cleaned by Horseshoe Bend Secondary Levees/Madfai 1 - 30 June 22, 2011 Project Number 09-3005 9 others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until J compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction and payment thereof shall be included in the unit Contract price of other bid items. i SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: t 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City of Kent will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract documents. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study Horseshoe Bend secondary Levees/Madfai 1 - 31 June 22, 2011 Project Number 09-3005 and compare the Contract Documents and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. S. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction meeting the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.7) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. The Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Also reference Section 1-07.23(1) of the Kent Special Provisions. ' Horseshoe Bend Secondary Levees/Madfai 1 - 32 June 22, 2011 Project Number 09-3005 Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week, plus allowing a maximum one-hour I lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. i If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the ; following: requiring the Engineer or those assistants that the Engineer deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of engineering salaries paid City employees who worked during these times; considering the work performed on Saturdays and holidays as working days with regard to the Contract Time. Assistants may include, but are not limited to, survey crews; personnel from the City's material testing lab; 1 inspectors; and other City employees when, in the opinion of the Engineer, the Contractor's work necessitates their presence. Recognized holidays shall be as follows: tFirst day of January, third Monday of January, third Monday of February, last Monday of May, fourth day of July, first Monday of September, 11th day of November, fourth Thursday in November and day immediately following, 25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. Horseshoe Bend Secondary Levees/Madfai 1 - 33 June 22, 2011 Project Number 09-3005 r 1-08.4(A) Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts due or to become due the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict r with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide the information required in this section, the City may withhold progress payments until a schedule containing required information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS SUPPLEMENTED BY DELETING PARAGRAPHS 2 THROUGH 6 AND ADDING THE FOLLOWING: 1-08.5 Time for Completion The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting (see Section 1-03.3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to ' provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will Horseshoe Bend Secondary Levees/Madfai 1 - 34 June 22, 2011 Project Number 09-3005 r then be awarded by the authorized City representative. Following the f actual award, the City will schedule a preconstruction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed (see Section 1-03.3). rThe Contract will be considered substantially complete when the levee, y trails, fencing and bollards are complete. (Also see Section 1- ' 05.11(1)). SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 THROUGH 6 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING; 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The H Contractor shall be responsible for showing on the progress schedule r that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING 'TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment a Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net Horseshoe Bend Secondary Levees/Madfai 1 - 35 June 22, 2011 Project Number 09-3005 weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Item number. 8. Contract number. 9. Unit of measure. 10. Legal gross weight in Remarks section. 11. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.9(1) Retained Percentage There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of Chapter 60.28, RCW. At the option of the Contractor, the retained funds shall be: 1. Retained in a fund by the City; 2. Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; 3. Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. >� The Contractor shall notify the Engineer regarding the option chosen for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a final decision to place the monies retained in a fund by the City (Item (1) above). The Contractor in choosing option (2) or (3) agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Horseshoe Bend Secondary Levees/Madfai 1 - 36 June 22, 2011 Project Number 09-3005 Release of retained percentage will be made sixty (60) days following the Completion date (pursuant to RCW 39.12, RCW 39.76, and RCW 60.28) provided the following conditions are met: i1. On contracts totaling more than $20,000.00, a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage. 4 3. Affidavit of Wages Paid is on file with the City for the Contractor and all Subcontractors regardless of tier (RCW 39.12.040). 4. Asbuilt plans have been submitted to owner if required under the contract. In the event claims are filed, the Contractor will be paid the retained percentage less an amount sufficient to pay any claims, together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. d 1 Retainage will not be reduced for any reason below the minimum limit a provided and allowed by law. Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a "Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. t 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be = necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond completion date. k Horseshoe Bend Secondary Levees/Madfai 1 - 37 June 22, 2011 k Project Number 09-3005 P. r SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the Standard Specifications and any special provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the special provisions must be complied with, in full, as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: j 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of ' the Contractor's operations which may occur on highways, roads, streets, sidewalks, or pedestrian or bicycle paths. No work shall be Horseshoe Bend Secondary Levees/Madfai 1 - 38 June 22, 2011 Project Number 09-3005 done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans (TCP) approved by a certified Traffic Control Supervisor (TCS). tSECTION 1-10.2(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1) General It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. The Contractor shall also designate an individual or individuals to IA perform the duties of the TCS. The TCS shall be responsible for safe implementation of approved TCP provided by the TCM. The TCM and TCS shall be certified as work site traffic control supervisors by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 4 1 (800) 521-0778 or (206) 382-4090 " The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. ; The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel equipment - including two-way radios for communications with flaggers - and material available at all times, in order to expeditiously correct any deficiency in the traffic control system. SECTION 1-10.2(1)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1)A Traffic Control Manager The duties of the TCM shall include: Horseshoe Bend Secondary Levees/Madfai 1 - 39 June 22, 2011 Project Number 09-3005 ;j 1. Overseeing and approving the actions of the TCS to ensure that , proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. 2. Providing the Contractor's designated TCS with approved TCP which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the approved TCP with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, state, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular, pedestrian and bicyclist traffic. 7. Having the latest adopted edition of the Manual on Uniform Traffic Control Devices (MUTCD) including the Modifications to the MUTCD for Streets and Highways for the State of Washington, and applicable standards and specifications available at all times on the project. See Appendix A-4, 8. Attending all project meetings where traffic management is discussed. 9. Reviewing the TCS diaries daily and being aware of "field" traffic control operations. , 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to the Engineer. 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. SECTION 1-10.2(1)B IS DELETED AND REPLACED WITH THE FOLLOWING. 1-10.2(1)B Traffic Control Supervisor A TCS shall be on the project whenever traffic control labor is required, and whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS. During non- i work periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week. Traffic control devices left in place Horseshoe Bend Secondary Levees/Madfai 1 - 40 June 22, 2011 Project Plumber, 09-3005 for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-04013, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved TCP, d. Lighting utilized at night, and G e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not ' functioning as required. The TCS may make minor revisions to the 4 approved TCP to accommodate site conditions as long as the k original intent of the traffic control plan is maintained and the revision has concurrence of the TCM. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. li 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. 6. Having a current set of approved TCP and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, and applicable standards and specifications. See Appendix A-4. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished, and the TCS has possession of a current flagging card. An ANSI Type II retro-reflective vest and a hard hat shall be worn by the TCS whenever they are on the project. SECTION 1-10.2(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(2) Traffic Control Plans (TCP's) The TCP appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the TCP except for emergency situations. If the Contractor's methods differ from the contract TCP, the Contractor shall submit a certified TCS approved supplemental TCP showing the necessary construction signs, flaggers, and other traffic control devices required for the project. The Contractor's supplemental TCP shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI, including Washington State Modifications to the MUTCD, WSDOT publication M 24-01. The Contractor's supplemental TCP shall be submitted to the Engineer at least ten calendar days in advance of the time the signs and other Horseshoe Bend Secondary Levees/Madfai 1 - 41 June 22, 2011 Project Number 09-3005 traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved TCP to the TCS. THE FIRST PARAGRAPH OF SECTION 1-10.2(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(3) Conformance to Established Standards Traffic Control Plans, flagging, signs, and all other traffic control devices furnished or provided by the Contractor shall conform to the standards established in the latest approved edition of the MUTCD adopted by the Washington State Department of Transportation (WSDOT), and published by the U.S. Department of Transportation; and the Washington State Modifications to the MUTCD, publication M 24-01 published by WSDOT. Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC, 20402. Washington State Modifications to the MUTCD, publication M 24-01, may be obtained from the Department of Transportation, Olympia, Washington 98504. When these publications appear to be in conflict, the decision of the Contractor's TCS shall be final. THE LAST TWO SENTENCES IN THE FOURTH PARAGRAPH OF SECTION 1- 10.2(3) ARE DELETED AND REPLACED WITH THE FOLLOWING. When the Contractor obtains new traffic control devices or equipment subject to the requirements of NCHRP 350 Category 2, the Contractor will first provide to the City verification that such new traffic control devices or equipment have been certified NCHRP 350 compliant. THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3) IS DELETED AND REPLACED WITH THE FOLLOWING: When a sign or traffic control device becomes classified less than acceptable it shall be left in place until replaced with an acceptable sign or traffic control device. The replacement must occur within 12 hours, and only then will that traffic control device be removed from the project. SECTION 1-10.3(i) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.3(1) Traffic Control Labor Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios will be capable of having direct contact with the TCM, TCS, and project management (foremen, superintendents, etc.). The hours eligible for "Traffic Control Labor" will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B performed by a TCS will be paid for as "Traffic Control Labor" per hour. Horseshoe Bend Secondary Levees/Madfai 1 - 42 June 22, 2011 Project Number 09-3005 1 , 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs All signs required by the TCP approved by the Contractor's TCS, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or ' supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non- applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. s All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28. All orange background w construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B I construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1), and for transportation described in Section 1-10.3(2) when there is a contract price for "Traffic Control Vehicle." Horseshoe Bend Secondary Levees/Madfai 1 - 43 June 22, 2011 Project Number 09-3005 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be promptly replaced by the Contractor without additional compensation. SECTION 1-10.3(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)B Sequential Arrow Signs (SAS) When an approved TCP includes the Sequential Arrow Signs (SAS) traffic control device, that SAS will meet the requirements of the , MUTCD and the following: 1. The SAS shall have the following three mode selections: a. Flashing Arrow, Sequential Arrow, or Sequential Chevron mode; and b. A flashing Double Arrow mode; and C. A flashing Caution mode. 2. The panel display for the SAS shall be 96 inches by 48 inches in size, unless otherwise specified on the TCP approved by the Contractor's TCS. 3. Arrow panel elements shall be capable of at least a 50 percent dimming from full brilliance. The dimmed mode shall be used for night time operation of sequential arrow panels. 4. All sequential arrow panels shall be finished in non-reflective black. 5. The sequential arrow panel shall be mounted on a vehicle, a trailer, or other suitable device. 6. The color of the light emitted shall be yellow. 7. The power source for the sign shall be capable of operating the lamps at their optimum light level for the entire period of operation. The power generating equipment for the SAS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. 8. A control panel, using solid state circuitry, shall be enclosed in a ' ventilated, vandal-resistant box. A photometric control, with manual override, shall automatically dim the lights during hours of darkness. The location and use of the SAS will meet the following guidelines: 1. When SAS's are used to close multiple lanes, a separate SAS shall be used for each lane closure. A single SAS shall not be used to shift traffic laterally more than one lane. 2. When prevailing speeds through the work zone exceed 40 mph, the SAS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. j Horseshoe Bend Secondary Levees/Madfai 1 - 44 June 22, 2011 Project Number 09-3005 SECTION 1-10.3(3)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 1-10.3(3)C Portable Changeable Message Sign The Portable Changeable Message Sign (PCMS) shall meet the I requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Back-lighted split-flap I 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: 1. Light emitting and must not rely solely on reflected light. 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. 3. When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. 4. Capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum i of one pixel separation between each line. 5. The PCMS message, using 18 inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 9 800 feet centered around an axis perpendicular to the sign face. 6. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non-glare from all angles and shall not degrade due to exposure to ultraviolet light. 7. Capable of simultaneously activating all pixels for the purpose of , pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 8. The light source shall be energized only when the sign is displaying an active message. 9. Equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The power generating equipment for the PCMS must not exceed the maximum permissible environmental noise levels of the City of Kent Horseshoe Bend Secondary Levees/Madfai 1 - 45 June 22, 2011 Project Number 09-3005 Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. L The PCMS shall be operated by an easy to use controller that provides the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program new message, which may include moving arrows and chevrons. , 5. Mirror the message currently being displayed or programmed. Portable changeable message sign(s) shall be available, on site, for the life of the project. The Contractor shall operate the PCMS in accordance with the approved , traffic control plans or as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs. The location and use of the PCMS will meet the following guidelines: 1. Each PCMS must be located so that it provides the maximum legibility distances from all of the approach lanes. 2. Each phase of the PCMS message will be limited to no more than two displays. 3. Messages having more than two phases will not be permitted. 4. When abbreviations are used in a PCMS message, they will conform to guidelines provided in Tables 34, 35 and 35 found in the Older Driver Highway Design Handbook, FHWA, January 1998. 5. All PCMS messages must be approved in writing by the City's Traffic Control Supervisor (TCS) when those messages are not clearly stated on the approved TCP. 6. When prevailing speeds through the work zone exceed 40 mph, the PCMS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.4 Measurement No unit of measure will apply to the position of the TCM and it will be considered incidental to unit contract prices. When the TCM performs the duties of the TCS, measurement and payment will be as specified for the TCS. Traffic Control Supervisor will be measured for each hour a person is actually performing the duties described in Section 1-10.2(1)B as authorized by the Engineer. Portions of an hour will be rounded up to a whole hour. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the Job site during non-working shifts. Horseshoe Bend Secondary Levees/Madfai 1 - 46 June 22, 2011 Project Number: 09-3005 4 Traffic Control Labor will be measured by the hour for each hour a person is actually performing the work described by Section 1-10.2(1) B, and Section 1-10.3(1) of the specifications. Eligible hours for Traffic Control Labor under this item shall be limited to the hours the worker is actually performing the work as documented by the Contractor's TCM, City Inspector's records, and upon the Contractor's Certified Payroll Records submitted to the City Inspector. Portions of an hour will be rounded up to a whole hour. Class A Construction Signs will be measured by the square foot of panel area. A Class A Construction Sign may be used in more than one location and will be measured for payment for each new installation. Class B construction signs will not be measured for payment. Sign posts or supports will not be measured for payment. No specific unit of measurement will apply to the lump sum item of Temporary Traffic Control Devices. Portable Changeable Message Signs will be measured per day for each i day that the PCMS is in operation within the project limits. The days of operation will be determined by the Engineer. Days of operation in excess of those determined by the Engineer will be at the Contractor's expense. Portions of a day will be rounded up to a whole day. Sequential Arrow Signs will be measured per day for each day that the SAS is in operation within the project limits. The days of operation will be determined by the Engineer. Operation of the SAS over and above those days authorized by the Engineer shall be at the Contractor's expense. When the approved Traffic Control Plan (TCP) requires that signs be installed on the Type III barricade, the signs will be considered part of the project traffic control and will be measured by the square foot as a Class A construction sign, except when the sign is relocated in ; conjunction with the relocation of the Type III barricade, no additional measurement will be made for the Class A construction sign. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: t 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: i The unit contract price for "Traffic Control Labor" per hour shall be full R ' pay for all costs for the labor provided for performing those ! construction operations described in Section 1-10.3(1) of the Special Provisions, and as authorized by the Engineer. The hours eligible for ; "Traffic Control Labor" shall be limited to the hours the worker is ; actually performing the work as documented by traffic control forms < provided by the Contractor's TCM, and verified by the City Inspector's Horseshoe Bend Secondary Levees/Madfai 1 - 47 June 22, 2011 Project Number 09-3005 i t r records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Construction Signs Class A" per square foot of panel area shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return ' of any City-furnished signs. Payment will not be made for Class A signs delivered to, or removed from the project without the approval of the City's Traffic Control Supervisor. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the TCS duties described in Section 1-10.2(1)B. Payment for traffic control labor performed by the TCS will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(5). Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 , percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" , per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(7). Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall , be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1- 10.3(8). The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the Standard Specifications and/or the Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work , procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: Horseshoe Bend Secondary Levees/Madfai 1 - 48 June 22, 2011 Project Number 09-3005 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by a certified TCS for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. � ' No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary ' road closures subject to the provisions of Section 1-07.23(3) of the Special Provisions. i i i r s Horseshoe Bend Secondary Levees/Madfai 1 - 49 June 22, 2011 Protect Number 09-3005 1 DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.1 Description The Contractor shall clear, grub, and clean up all material within the right of way as shown on the plans. Only remove trees identified by the Engineer. The Contractor shall notify the Engineer of any trees that require removal that are not already shown on the plans. The Contractor shall not remove any trees without prior approval by the Engineer. This work also includes keeping in tact the evergreen rootwads with 5'-6' high trunk, as designated on the plans. The evergreen rootwads with 5'-6' high trunk will be loaded and hauled to a stockpile site at 24955 Frager Road S. as shown on the plans. SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement "Remove Existing Tree (4" to 24" DBH)", "Remove Existing Tree (25" to 48" DBH)" and "Remove Existing Tree (49" to 60" DBH)" shall be x ' measured per each. All trees will be measured at DBH (diameter breast height), defined as 4'-0" above ground). Other trees smaller than 4" DBH requiring removal shall be considered incidental to the clearing and grubbing bid item. SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.5 Payment The unit contract price per each for "Evergreen Rootwad with 5'-6' High Trunk (Haul and Stockpile)" constitutes complete compensation for all labor, materials, tools, and equipment necessary for and incidental to hauling and stockpiling the evergreen rootwads offsite as shown on the plans and described in the specifications. Excavating of the rootwad and disposal of the remainder of the evergreen tree shall be paid under "Clearing and Grubbing". "Remove Existing Tree (4" to 24" DBH)" "Remove Existing Tree (25" to 48" DBH)" "Remove Existing Tree (49" to 60" DBH)" The unit contract price per each for the above items shall be full pay for ' all labor, equipment, supplies, and tools required to remove the existing trees as directed by the Engineer. Trees will be removed as required to construct the secondary levee, including the removal of all root systems. If existing trees will survive levee construction they may be left in place at the discretion of the Engineer. Horseshoe Bend Secondary Levees/Madfai 2 - 1 June 22, 2011 Project Number 09-3005 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS , SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: , 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. Horseshoe Bend Secondary Levees/Madfai 2 - 2 June 22, 2011 Project Number 09-3005 SECTION 2-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: i 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement 4 where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. ' 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. ' 6. Remove and dispose of all waste materials deposited on the a pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. ' SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, ' materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and i disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness — 6 inches) x unit bid price =additional 6 inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: Horseshoe Bend Secondary Levees/Madfai 2 - 3 June 22, 2011 Project Number 09-3005 x $2.00 (8 - 6) 6 = $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. , Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price = additional 6 inches compensation For example, if the Contractor encounters pavement to be removed , which is 8 inches thick and its unit bid price was $2.00/LF then its additional compensation for the extra thickness would be: , 8 - 6 $2.00 ( ) x 6 = $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. ' A vertical saw cut shall be required between any existing pavement, ' sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City of Kent, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. Horseshoe Bend Secondary Levees/Madfai 2 - 4 June 22, 2011 Project Number 09-3005 5 SECTION 2-03.3(14)8 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' ' 2-03.3(14)B Earth Embankment Construction Prior to placement of the levee Embankment the subgrage shall be stripped of asphalt, top soil and vegetation, aerated and proof- compacted with a self-propelled compactor with lug attachments of a sheeps-foot roller. Following proof-compaction of the subgrade, the fill shall be placed directly onto the irregular ground surface created by the lug wheel. No surface grading shall be performed before or between 4 placing lifts of fill as continuous smooth surfaces could create seepage ' channels for water. Any smooth areas should be scarified 1 to 2 inches deep prior to placing the next lift. k Maximum lift thickness shall be 12 inches. The embankment material I shall be compacted to 95 percent of the maximum dry density as determined by ASTM D-1557 test procedures. Once the embankment has reached maximum height as shown on the plans, the Contractor shall grade the surface to the final subgrade before applying top soil. Refer to Levee Sections on the drawings. See Section 4-03 for Gravel Borrow for Levee Embankment. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests ; 1 Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.3(14)3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)E Unsuitable Foundation Excavation An inspection trench shall be excavated under all levees as shown on the plans. Undesirable underground features such as abandoned utilities, animal burrows, buried logs, debris, or otherwise unsuitable material or potential seepage paths should be removed or intercepted as directed by the Engiener. Backfill should be placed only after inspection of the trench by the Engineer. Backfill should be placed and compacted as specified in 2-03.3(14)B. Native material shall be used for backfill if excavated material is deemed satisfactory. tShould the inspection trench reveal undesirable underground features, additional excavation to remove said features shall be paid as Unsuitable Foundation Excavation. The inspection trench (if unsuitable materials are found) and unsuitable foundation excavation will be backfilled with Gravel Borrow for Levee Embankment in accordnace with Section 2-03.3(14)B. Horseshoe Bend Secondary Levees/Madfai 2 - 5 June 22, 2011 Project Number 09-3005 All of the above specified unsuitable excavated material shall be hauled and disposed by the Contractor. See Section 2-03.3(7)C of the Kent Special Provisions for disposal sites. SECTION 2-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.5 Payment The unit contract price per linear foot for "Inspection Trench" constitues complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate the trenches as shown on the plans and described in the specifications. The bid item price , includes but is not limited to: trench excavation, inspection, backfilling, compacting, and hauling and disposal of unsuitable excavated materials. See Section 4-03.5 for payment for levee embankment and construction. 2-05 BULK BAG INSTALLATION 2-05.1 Description The City implemented temporary flood protection along the Green River ' in October 2009 to provide additional flood protection while the Howard Hanson Dam was undergoing repairs. This temporary protection of bulk bags placed adjacent to each other on top of the Green River Levee. Each bulk bag is 3' (W) x 3' (D) x 3'-4' (H) and filled with sand. The bulk bags are covered with black plastic for protection. The black plastic is secured using standard sandbags. As part of the current Horseshoe Bend primary levee project, the bulk bags were removed and transported to a nearby designated storage area. The Contractor for this project was able to move the bulk bags intact. Standard Sandbag The standard filled sandbags required for this project shall be supplied by the Contractor. The bags shall be 14" x 26", burlap or , polypropylene 850 Denier or better, 12 x 12 Weave filled with 33 lbs. - 44 lbs. of sand of the Spec provided in Section 9-03.13(2). The bags shall have a minimum UV rating of 1650 and shall be sewn at the top. , The Contractor shall provide the spec sheet from the manufacturer to include these requirements. All bags shall have the same lot number. Black Plastic The black plastic required for this project shall be supplied by the Contractor. The plastic shall be 12 Mil four layer cover (black - 18' x 100' roll). Horseshoe Bend Secondary Levees/Madfai 2 - 6 June 22, 2011 Project Number 09-3005 2-05.5 Payment Payment will be made in accordance with Section 1-04.1, for the 1 following bid items when they are included in the proposal: The unit contract price per each for "Reinstallation of Existing Bulk Baas" constitutes complete compensation for all labor, materials, tools, ; supplies and equipment necessary to reinstall the bulk bags at the location shown on the plans or directed by the Engineer. This bid item also includes covering the bulk bags with black plastic and securing the plastic with standard sandbags. The Contractor shall assume bulk bags may break during reinstallation. No additional compensation will be made if this occurs. The Contractor shall include potential breakage in the unit bid price. Clean up and removal of any spilled material shall be paid under the unit bid price. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2- 03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING ' SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City of Kent Maintenance Shop located at 5821 South 240th Street (253) 856- E 5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. ' No additional deposit is required for the hydrant wrench. The City shall pay for the volume of water used from City hydrants to complete this contract. Horseshoe Bend Secondary Levees/Madfai 2 - 7 June 22, 2011 Project Number 09-3005 Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City of Kent Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter , (and wrench if applicable) to the City Maintenance Shops undamaged. The hydrant meter permit duration is two (2) months. At the end of , the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a ' meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. Water shall be obtained from a City of Kent hydrant located near the , construction site. A meter shall be placed on the hydrant by the Contractor prior to obtaining water from the hydrant. The meter shall be taken off the hydrant at the end of each day to protect against water and/or meter theft. The bid item for watering will be measured per hour for each full hour the water truck is operating on site or traveling directly between the site and the hydrant (including installation and removal of the meter). SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price per hour for "Watering" shall be complete compensation for all labor, equipment, tools, supplies and materials to haul, deliver, and distribute water on the construction site as required to control dust, street cleaning, or as directed by the Engineer for other work. Horseshoe Bend Secondary Levees/Madfai 2 - 8 June 22, 2011 Project Number 09-3005 g ' DIVISION 4 - BASES ' DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW FOR LEVEE EMBANKMENT 4-03.1 Description ' This work shalt 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. 3 4-03.2 Materials k Materials shall meet the minimum requirements of the following section I in the Kent Special Provisions: Gravel Borrow for Levee Embankment ............... 9-03.14(5) 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 2- 03.3(14)B of the Kent Special Provisions. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4- 04.4. a 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow for Levee Embankment, 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. 4-04 BALLAST AND CRUSHED SURFACING ' 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BYADDING FOLLOWING: ' Horseshoe Bend Secondary Levees/Madfai 4 - 1 June 22, 2011 a Project Number 09-3005 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. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: , 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 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. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 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. ' SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment ' The unit contract price per ton for "Crushed Surfacing Top Course, 5/8 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. t Horseshoe Bend Secondary Levees Madfai 4 - 2 June 22, 2011 ' Project Number 09-3005 DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS a NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) t per ton. The quantity of asphalt material shall not be reduced by the ' quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT rw SECTION 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.1 Description Section 5-04 of the Standard Specifications is modified per the WSDOT GSP "Hot Mix Asphalt" as included, except as modified herein. ' SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: a 5-04.2 Materials Recycled materials for the pavement sections shall not be allowed. f SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: a 5-04.3(7)A Mix Design The City of Kent at its option may approve a current WSDOT approved ' mix design, Class 1/2" in place of performing a mix design, provided, I however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping ' compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. Horseshoe Bend Secondary Levees/Madfai 5 - 1 June 22, 2011 Protect Number 09-3005 ' SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing ' Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting ' asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City based on Section 5- 04.5(1)A of the Standard Specifications. The Engineer, however, is not obligated to accept out of specification work and has the , authority to require the removal of material that does not meet the contract specifications. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: , 5-04.3(9) Spreading and Finishing HMA Class 1/2 inch PG 64-22 shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1 1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: , 5-04.3(10)B Control For HMA where paving is in the traffic lanes, including lanes for ramps, i truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall comply with current industry standards. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day ' the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no Horseshoe Bend Secondary Levees/Madfai 5 - 2 June 22, 2011 Project Number 09-3005 greater than a single day's production or approximately 400 tons, whichever is less. { Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints Y The HMA installation shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be ' modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. ' The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a ' temporary HMA wedge in accordance with Section 5-04.3(11) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. i Horseshoe Bend Secondary Levees/Madfai 5 - 3 June 22, 2011 Project Number 09-3005 SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment , Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: ' The unit contract price per ton for "HMA Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the ' Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. SECTION 5-04.5 IS REVISED BY DELETING THE LAST THREE (3) ITEMS. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)8 ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 1 i 1 1 1 Horseshoe Bend Secondary Levees/Madfai 5 - 4 June 22, 2011 Project Number 09-3005 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: i8-01.1 Description ' This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the Engineer as work proceeds. This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting the work, nearby wetlands, streams, retention/detention ponds, the storm drainage conveyance system and other bodies of ! water. Exposed and unworked soil shall be stabilized by suitable and timely application of Best Management Practices (BMPs). Best Management w Practices are those practices that provide the most effective, practicable means of preventing or reducing pollution generated by non-point ; sources. Best Management Practices fall into a number of categories. Frequently they are split between erosion control BMPs, including grasses, mulches or other materials used to stabilize soil surfaces, and sedimentation control BMPs including check dams, sediment ponds (basins), straw bale barriers and other structural techniques. Most sites require the use of several types of BMPs to adequately control erosion and sedimentation, so erosion control BMPs and sedimentation control BMPs are often used together to address a single problem. All planting and hydroseeding shall be performed by a licensed Landscaping Contractor registered in the State of Washington who must ; be experienced in work of similar nature and have adequate equipment and personnel for the indicated work. The Landscaping Contractor must acquaint itself with all other work related to site improvements, t and any other work which might affect preparation for planting or t hydroseeding. F i SECTION 8-01.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.2 Materials : Materials shall meet the requirements of the following sections of the Kent Special Provisions and the Standard Specifications: d Seed ....................................8-01.3(2)B and 9-14.2 d Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 Tackifier ...............................8-01.3(2)E and 9-14.4(7) Straw Bale Barrier................. 8-01.3(9)C Quarry Spalls.........................9-13 = Straw Mulch ..........................9-14.4(1) t Wood Cellulose Fiber ..............9-14.4(2) F Horseshoe Bend Secondary Levees/Madfai 8 - 1 June 22, 2011 Project Number 09-3005 Erosion Control Blanket...........9-14.5 Clear Plastic Covering .............9-14.5(3) Water for plants.....................9-25.2 Construction Geotextile...........9-33 Silt Fence..............................9-33.2 Table 6 8-01.3 Construction Requirements i SECTION 8-01.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: ' 8-01.3(1) General Controlling pollution, erosion, runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipators, and other measures, to control downstream flows so as to protect properties and waterways from the construction work areas; 3. Controlling underground water found during construction; 4. Covering or otherwise protecting slopes until permanent erosion- control measures are working; 5. Designing, constructing and stabilizing temporary onsite conveyance channels to prevent erosion from the expected velocity of flow from a 2-year, 24-hour frequency rainfall event for the developed condition. Stabilization shall be provided to be adequate to prevent erosion of outlets and adjacent areas; 6. Protecting stormwater drain inlets made operable during construction so that stormwater runoff will not enter the conveyance system without first being filtered or otherwise treated to remove sediment; 7. Wherever construction vehicle access routes intersect paved roads, making provisions to minimize the transport of sediment (dust or mud) onto the paved road through the use of a stabilized construction entrance, tire wash or other BMP approved by the Engineer. If sediment is transported onto a road surface, the road shall be cleaned thoroughly at the end of each day (or more frequently, if necessary, to meet the requirements of the Standard Specifications) and the recovered sediment shall be deposited at a designated location approved by the Engineer; or 8. Discharging excavation dewatering devices into a sediment trap, pond, storage tank or other BMP approved by the Engineer. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. Horseshoe Bend Secondary Levees/Madfai 8 2 June 22, 2011 Project Number 09-3005 Prior to or in conjunction with all clearing or grading, the Contractor shall implement TESC measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system, creeks, wetlands or any other sensitive areas. The y Contractor is responsible for constructing, maintaining and removing erosion control measures throughout the duration and phases of construction of the project in addition to the measures shown in the plans, as needed, and as directed by the Engineer. The Contractor shall furnish, install, maintain and remove and dispose of water pollution and erosion and sediment control BMPs to prevent sediments and other debris from entering into the storm drainage system and adjacent sensitive areas, including creeks and wetlands. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The City of Kent Survey crew shall flag the boundaries of the clearing y limits in the field as shown on the plans, prior to construction. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be A maintained by the Contractor for the duration of construction. The TESC facilities shown on the construction plans must be k constructed and functional prior to any clearing and grading activities, N and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. The facilities shall be in accordance with and conform to the Appendix D to the King County Surface Water Design Manual, Erosion and Sediment ; Control Standards, except as modified by the Kent Construction Standards or these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. When the Engineer determines the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the Engineer directs. f The TESC facilities shown on the construction plans are the minimum requirements for anticipated site conditions. As construction progresses and unexpected seasonal conditions dictate and as the City requires, the Contractor should anticipate more TESCP measures. These additional measures may include additional sumps, relocation of ditches and silt fences, etc. These measures will be necessary to protect adjacent properties and to meet water quality standards. These measures shall be paid for under the unit contract bid price. 1 It shall be the responsibility of the Contractor to notify the City at once 1 of any TESC deficiencies or changes in conditions such as rutting and or erasion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The Contractor shall provide additional facilities, as directed by the Engineer over and above the minimum requirements outlined on the approved plans. All costs for materials Horseshoe Bend Secondary Levees/Madfai 8 - 3 June 22, 2011 Project Number 09-3005 and labor shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. If the Engineer or any governmental agency determines that the Contractor's drainage and erosion control measures are inadequate to meet the intent of applicable regulatory programs or the Contract Documents with regard to the control of surface water runoff, erosion or the prevention of environmental degradation as a result of surface water runoff or erosion, then the Contractor shall field design and implement additional surface water runoff or erosion control measures that address the deficiencies observed by the Engineer or the governmental agency. These measures shall be installed and approved by the Engineer. Prior to initiating earthwork or other soil disturbing activities at the site, the Contractor shall obtain the Engineer's approval of the installed erosion and sediment control measures. The Contractor shall field design and implement surface water runoff control measures appropriate to activities associated with temporary earthwork and other construction requirements. Measures that are not defined on the contract plans but are required to meet the requirements of applicable regulatory programs shall be installed after review and approval by the Engineer. The Contractor shall protect the construction area from damage caused by surface water, including damage due to ponding, erosion, and movement of contaminants due to lack of adequate surface water control measures. Damaged work shall be repaired or replaced by the Contractor in accordance with the Standard Specifications and Special Provisions or as directed by the Engineer at no additional cost to the City. The Contractor shall protect adjacent properties, drainage ways, and watercourses from physical or environmental damage caused by surface water runoff, erosion, soil instability, migration of contaminants, clearing, grading, excavation, filling, or similar activities associated with the construction activities. Water shall be frequently applied in traffic areas, as required, to achieve dust control at the site in accordance with these Special Provisions. Paved streets shall be swept periodically to remove soil from the pavement and minimize dust generation. Additional measures may be required to insure that all paved areas are kept clean daily for the duration of the project. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more than 5 acres of erodible earth between October 1 and April 30 and never more than 17 acres of erodible earth between May 1 and September 30. The Engineer may increase or decrease the limits in light of project conditions. Horseshoe Bend Secondary Levees/Madfai 8 - 4 June 22, 2011 Project Number 09-3005 i 0 Erodible soils not being worked, whether at final grade or not, as well as temporary soil and debris stockpiles, shall be covered within the following limitations, using an approved soil covering practice, unless authorized otherwise by the Engineer. Erodible soils is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind or surface water runoff. w October 1 through April 30 2 days maximum May 1 through September 30 7 days maximum Grass seeding with fast germinating grasses alone will be acceptable only if left undisturbed for more than a minimum of six (6) weeks ` during the months of April through October inclusive, as approved by the Engineer. ■ Contractor shall bear the risk of managing contaminated and uncontaminated stormwater originating from area occupied or disturbed by the Contractor during construction of the project and shall employ such additional measures as may be required to prevent environmental harm or physical damage to the work area, or adjacent property. Permit requirements from appropriate agencies are included in the Appendix. The Contractor is responsible for following all permit m 4 requirements, whether shown in the plans or not. These requirements may include, but not be limited to, providing daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures, submitting daily inspection reports, and inspecting and maintaining erosion/sedimentation control facilities on inactive sites. No additional payment will be made for following permit requirements. All costs associated with permit requirements shall be included in the associated bid item unit price. If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such cases. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the Standard Specifications, the Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this { section shall relieve the Contractor from complying with other contract I requirements. M SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals iThe Contractor shall submit for the Engineer's approval, a minimum of 4 working days prior to ordering, a sample and manufacturer's Horseshoe Bend Secondary Levees/Madfai 8 - 5 June 22, 2011 Project Number 09-3005 certification of compliance for the filter fabric fence which includes: Manufacturer's name, address, telephone number, product name by trademark and style, geotextile polymer type(s), and physical properties. The Contractor shall submit for Engineer's approval product descriptions of all other materials used for erosion control. SECTION 8-01.3(1)C IS REVISED BY DELETING ITEM 1 AND REPLACING WITH THE FOLLOWING: 8-01.3(1)C Water Management 1. If the ground water meets State Water Quality standards, it may bypass treatment facilities and be routed to its normal discharge point at a rate that will not cause erosion. SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria Construction activities conducted within the City of Kent's Right of Way are subject to applicable federal, state and local permits. The Contractor shall comply with substantive requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. City of Kent 2002 Surface Water Design Manual. 8-01.3(1)G Water Quality Monitoring Contractor shall test for turbidity in the 100 feet downstream mixing zone to verify that the background turbidity is 50 NTU (nepholometric turbidity units) or less prior to discharging any stormwater during construction from the site into adjacent streams. The Contractor shall also test for turbidity at the point of compliance which shall be 100 feet downstream of the discharge point for waters up to 10 cfs flow at the time of construction or at 200 feet for waters above 10 cfs up to 100 cfs to verify that the added discharge does not exceed 5 NTU to the existing background turbidity of 50 NTU or less and 10 percent increase in turbidity when the background turbidity is more than 50 NTU. These turbidity tests shall be taken periodically (weekly) when stormwater is being discharged and during any storm event. All costs for this work shall be included in the various unit contract bid prices. Horseshoe Bend Secondary Levees/Madfai 8 - 6 June 22, 2011 Project Number: 09-3005 i 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way shall be seeded. Hydroseeding shall be the method of seed application. A slurry of seed, fertilizer, mulch and water shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been j approved. Following the Engineer's approval, hydroseeding of the : approved slopes shall begin immediately. ; Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseeding shall consist of a slurry composed of water, seed fertilizer and mulch. Hydroseed (upland seed mix) to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray x nozzles which will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas in which the above methods are impractical may be seeded by approved hand methods. E The slurry to be used will consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of g Horseshoe Bend Secondary Levees/Madfai 8 - 7 June 22, 2011 Project Number 09-3005 the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in Section 9-14.2 of the Standard Specifications and Special Provisions. Seed shall meet the minimum percentages of purity and germination specified. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling Store seed in cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. Mix C shall be used exclusively for seeded areas in and adjacent to wetlands, in detention and retention ponds, and in biofiltration swales. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried a� out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall be applied in accordance with the procedures and requirements for seeding in Section 8-01.3(2)B at the rates and analysis specified in Section 9-14.3 with regard to formulation and rate of application. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. Horseshoe Bend Secondary Levees/Madfai 8 - 8 June 22, 2011 Project Number 09-3005 S. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the u disturbed area. Apply seed mix after the fertilizing has been accomplished and rake the seed into the surface soil to a depth of 1/4-inch 6. If the slurry is used for temporary erosion control it shall be applied jat the following rates: EROSION CONTROL: Seed 170lbs/acre Fertilizer 400lbs/acre k Wood Fiber 21000 Ibs/ acre ly Tackifier 80lbs/acre 7. If the slurry is used in a detention pond it shall be applied at the following rates: DETENTION POND EROSION CONTROL: ' Seed 60 Ibs/acre (native seed mix) 100 Ibs/acre (pre-germinate annual ryegrass) Fertilizer 250 Ibs/acre (21-0-10 quick release) Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: a 8-01.3(2)D Mulching lWood cellulose fiber mulch conforming to Section 9-14.4 of the Standard Specifications shall be applied to all seeded areas on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. It Mulch of the type specified in Section 9-14.4(2) of the Standard Specifications and Special Provisions shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be F suitable for application with hydroseeders as specified in Section 8- 01.3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved I type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Horseshoe Bend Secondary Levees/Madfai 8 - 9 June 22, 2011 Project Number 09-3005 p, i Areas not accessible by mulching equipment shall be mulched by approved hand methods. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tacking Agent and Soil Binders Unless specified otherwise, wood cellulose fiber mulch per Section 9- 14.4(2) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, remulch Horseshoe Bend Secondary Levees/Madfai 8 - 10 June 22, 2011 Project Number 09-3005 5 B or refertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Prior to clearing and grubbing, all catch basins near disturbed areas t shall be fitted with inlet protection to prevent mud, silt and other debris from entering the storm sewer system. The Contractor shall maintain the inlet protection on a regular schedule as recommended by the manufacturer or as directed by the Engineer. At no time shall more J than one foot of sediment be allowed to accumulate within a catch basin. The Contractor shall clean all catch basins and conveyance lines prior to paving. The cleaning operation shall not flush sediment-laden water into the downstream system. SECTION 8-01.3(15) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 8-01.3(15) Maintenance t The E.S.C. facilities shall be inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. tAll sediment and material that accumulates as a result of the temporary erosion control measures must be removed and disposed properly. The Erosion and Sediment Control (ESC) Lead, as described in Section 8- 01.3(1)B shall keep the Engineer informed of all areas of sediment accumulation; and the Contractor shall remove and dispose of all sediment and debris collected by the silt fences, inlet protection, straw bale barriers and sediment traps, as directed by the Engineer. The Contractor must obtain prior authorization by the Engineer before any material removal activities commence. This maintenance requirement also applies during any winter shut down. 1 SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(18) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to 4 enter storm drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is iaccomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A Horseshoe Bend Secondary Levees/Madfai 8 - 11 June 22, 2011 Project Number 09-3005 recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place adjacent to waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless the dispensing area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. 8-01.3(19) Failure to Perform TESCP If the Contractor fails to install the required TESCP measures, or to perform maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, and costs for delays and down time shall be borne by the contractor. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. Horseshoe Bend secondary Levees/Madfai 8 - 12 June 22, 2011 Project Number 09-3005 E The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch - Hand Applied" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air- dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit bid price per each for "Straw Wattle" shall constitute complete compensation for all materials, tools, supplies, labor and equipment required for supply, removal and disposal, placement and grading to install the straw wattle wherever specified, shown on the plans or as directed by the Engineer. Straw shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the Standard Specification and as directed by the Engineer. a The unit contract price per day for "ESC Lead" shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in full day increments. The unit contract price per ton for "Temporary Construction Entrance" ; constitutes complete compensation for all materials, labor, tools and equipment required to furnish and install the construction entrance to the staging area as shown on the plans and as directed by the Engineer. This price shall include but not be limited to: clearing, excavation, quarry spalls, maintenance of the entrance during the life ' of the project and removal upon completion of the project. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: j8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any Horseshoe Bend Secondary Levees/Madfai 8 - 13 June 22, 2011 Project Number 09-3005 discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these special provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1(1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber................................. 9-14.4(2) Special Planting Mixture............................. 9-14.4(11) 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: j 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. Horseshoe Bend Secondary Levees/Madfai 8 - 14 June 22, 2011 Project Number 09-3005 SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement , The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at his sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1 8-02.3(17) Plant and Site Protection During Entire Construction Period j The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines ? of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. k SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: s 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes , complete compensation for all labor, materials, tools and equipment 1 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 i limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description 1 This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in ' accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. l 1 Horseshoe Bend Secondary Levees/Madfai 8 - 15 June 22, 2011 h Project Number 09-3005 SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer New materials shall be in general conformance to the requirements of Section 8-12 of the Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for his convenience, restoration of the additional length of fence shall be at his sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Remove Fence", per linear foot. i "Temporary Fencing", per linear foot. "Install New Chain Link Fence", per linear foot. Horseshoe Bend secondary Levees/Madfai 8 - 16 June 22, 2011 Project Number 09-3005 DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-26 BOLLARDS 8-26.1 Description q This work shall consist of furnishing and installing steel bollards in t accordance with the Plans, Standard Plans, and these Specifications, at the locations shown in the plans or as staked by the Engineer. 8-26.2 Materials Foundation shall be cement concrete class 3000 and rebar shall be A60 steel. Bedding shall by 5/8 inch crushed gravel. Also see Kent Standard Plans 6-14(a) through (d) for other material. 8-26.3 Construction Requirements tThe bollard shall be installed plumb, plus or minus 1 1/2 degrees, and spaced as shown on the Kent Standard Plans. The foundation shall not be less than 12 inches in diameter and 36 inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-26.4 Measurement Fixed or removable bollards shall be measured per each bollard furnished and installed. ! 8-26.5 Payment � i ' Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Removable Bollard" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the fixed or removable bollards as shown on the plans and described in the specifications and Kent Standard Plans. 8-30 PROJECT SIGNS , 8-30.1 Description The Contractor shall pick up for installation signs at the City Maintenance Shop on West James Street, after providing two (2) weeks notice to the shop prior to installation. Telephone (253) 856-5600. All project signs become the property of the City at the end of the project, and the Contractor shall in all cases return project signs to the same facility when so directed by the Engineer. Horseshoe Bend Secondary Levees/Madfat 8 - 17 June 22, 2011 Project Number 09-3005 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Project Sign" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to pick up, install, maintain, and return the project signs. , This bid item also includes supplying and installing the three horizontal braces to the back of the sign board. Failure to adequately maintain and return project signs to the City of Kent Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. Horseshoe Bend Secondary Levees/Madfai 8 - 18 June 22, 2011 Project Number 09-3005 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 3 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing ! 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % k % Fracture 75 min. ` Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-03.14(5) Gravel Borrow for Levee Embankment Material for the levee embankment shall consist of granular material, either naturally occurring or processed, and shall be homogenous in nature consisting of at least 20% by weight passing the No. 200 sieve, and within 3 percent of its optimum moisture content, defined as the moisture content corresponding to the maximum modified Proctor dry density as determined by ASTM D 1557 test procedure. All particles 4- inches and larger shall be removed from the material. Levee embankment material shall also be free of organic and other deleterious material. Sieve analysis shall be used to verify that this requirement is met. I Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Horseshoe Bend Secondary Levees/Madfai 9 - 1 June 22, 2011 Project Number 09-3005 Percent Passinci Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(11) of these Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Horseshoe Bend Secondary Levees/Madfai 9 - 2 June 22, 2011 Project Number 09-3005 Mix A (Roadside Grass): Weight Seed Mix "A" Min % Min % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 30% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% Crested Wheat grass 95% 85% 0.5% 10°!o White Dutch Clover 98% 90% 0.5% Pre-inoculated 1 Mix B (Playground Grass): Weight Seed Mix "B" Min % Min. % Max % Proportion Ingredient Pure Seed Germination Weed Seed 100/0 Creeping Red Rescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 5% Kentucky Bluegrass 95% 90% 0 5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% Mix C (Wetland Grass): Weight Seed Mix "C Min. % Min % Max Proportion Ingredient Pure Seed Germination Weed Seed 52% Pregerminated Annual 98% 95% 0.5% Ryegrass Lolwm multiflorum 19% Blue Wildrye 98% 95% 0.5% EI mus laucus 19% Native Red Fescue 98% 95% 0.5% Festuca rubra var. rubra 3% Tufted Hairgrass 98% 95% 0.5% ' Descham sia caes itosa 2% Native California Brome 98% 95% 0.5% Bromus carinatus 2% Bluejoint Reedgrass 98% 95% 0.5% Calama rostis canadensis 1% Tall Mannagrass 98% 95% 0.5% G Iceria elata 10/0 American Sloughgrass 98% 95% 0.5% Beckmanian s zi achne The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce 1 upon request sales receipt for all nursery stock and certificates of inspection. ' Horseshoe Bend Secondary Levees/Madfai 9 - 3 June 22, 2011 Project Number 09-3005 SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of commercial fertilizer (6- 10-8), "Jobe's Tree Stakes", or "Agriform Slow Release Tablets". Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-14.4(2) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Horseshoe Bend Secondary Levees/Madfai 9 - 4 June 22, 2011 Project Number 09-3005 Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no 1 more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.4(11) Special Planting Mixture °A 1 Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of5.0to6.0. Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. ° Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been I thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% ; Passing 1 mm sieve ......................... 80% minimum u Passing 0.15 mm sieve ..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milhohms. Horseshoe Bend Secondary Levees/Madfai 9 - 5 June 22, 2011 Project Number 09-3005 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-31 Filter Fabric Fence 5-35 Temporary Stockpiling 1 � i I I i Horseshoe Bend Secondary Levees/Madfai A - 1 June 22, 2011 Project Number 09-3005 i I WIRE FABRIC NEWLY GRADED OR DISTURBED SIDE SLOPE 2' 2' FILTER FABRIC z FLOW MATERIAL in —LARGE ROCK 2"OR / GREATER IN DIAMETER 1 .. NATIVE BACKFILL MATERIAL OR 3/4"mil 5"WASHED GRAVEL / \ �o tV Bn ' 1� FILTER FABRIC MATERIAL SECTION A-A 2"x2"x14 GAUGE WELDED WIRE FABRIC OR MIRAFI 10OX OR EQUIVALENT A WIRE RINGS EQUAL(IF 180# EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS USE STAPLES,WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS. UE STEEL OR A 2 X 4 WOOD POSTS u u 6'OC INSTALLATION NOTES' ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER 2. FILTER FABRIC FENCES SHALL BE NOTE.THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT INSPECTED IMMEDIATELY AFTER EACH AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE RAINFALL AND AT LEAST DAILY S� E�'Ij ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DURING PROLONGED RAINFALL ANY �� of WAS& THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY v� c� CITY OF KENT N Z ENGINEERINO DEPARTMENT 3 REMOVE SEDIMENT WHEN IT REACHES '--3 1/3 FENCE HEIGHT. -10 P 21493 Q KENT FILTER FABRIC FENCE 4. INSTALL THE SILT FENCE FIRST. �Or F�ISTER� �� AFTER THE SILT FENCE HAS BEEN FSSI �G\� oEsicNEo owN sE NONE STANDARD P� ONAL E DRAWN Ba INSTALLED,CONSTRUCT BERM AND CHECKED DATE 5-31 TRENCH. APPROVED I FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2 3.E 24'MAX HEIGHT BURY SHEETING IQ MAN SPACING INTO EXISTING SOIL MINIMUM 4"X4"TRENCH IRES SANDBAGS, OR EQUILVALENT B�WEENPIASTICSN MAY BE USED TO WEIGHT PLASTIC F17S MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL MINIMUM 4"X4"TRENCH GENERAL NOTES: 1 1.PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5. 2. MAXIMUM PERMITTED SLOPE SHALL BE 2H•1V 3 SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. i NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OSEi P AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE j I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� pF WASNiP THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST co O CITY OF KENT �+ co Z � ENGINEERING DEPARTMENT �� KENT TEMPORARY STOCKPILING -O ,P 21493 Q We.n.x"+c. �OF Fr1STEaw�``G\\� DESIGNED SCALE NONE STANDARD PLAN QN AL DRAWN UK CHECKED DATE -adxm+ 5-35 APPROVED ( WSDOT STANDARD PLANS i SITE PREPARATION & EROSION CONTROL I-30.30-00 Wattle Installation on Slope 3 k 1 t j - E b d 3 i Horseshoe Bend Secondary Levees/Madfai A - 2 June 22, 2011 Project Number 09-3005 yg o � O O 0 � 2 �`o r�Yi W E ��• r� $dog ao flit APB ja O. M = c ! 136j0 C o m U.'.9 s Q� 5 a a 3 I3 a$c 'm 99 E3 Q $ $ ; yon 3d8 as a D, W- a O J 2 � ry M v ul In Z y NIW.£ wV O Z g a _ IMW.9 Va S MAX NIW.O-.L ran N ! 1 � • ." O A U 1 Z O � u w I N .o s ra � - n I g I 6 b 6 b In N W ! J 1yy �1 r a a ONOAAD ven tie wAvw i MISCELLANEOUS DETAILS 1 Kent Project Sign i6-15(a) Removable Bollard 6-15(b) Hinge Assembly (For Removable Bollard) 6-15(c) Bollard Casing (For Removable Bollard) 6-15(d) Bollard (For Removable Bollard) 6-16 Fixed Bollard and Bollard Placement 3 3 it i d Horseshoe Bend Secondary Levees/Madfai A - 3 June 22, 2011 3 Project Number 09-3005 Portions of these standards are being revised. Contact rrans ortation Engineering for current standard. 253 856-5564 DIRECTION OF BICYCLE/O PEDESTRIAN TRAFFIC 4"x4"x1/8" A500 STEEL BOLLARD (SEE STD. DETAIL 6-15(d)) : ° ° 3/8" PLATE STEEL HINGE (SEE STD DETAIL 6-15(b)) •° PLAN VIEW 'l "BEST" TYPE PADLOCK 1. FINISHED GRADE r � 2" ACP PAVEMENT (TYPICAL) O Oc)0 .° 0 0 0p0p0p0 2" CRUSHED SURFACING, TOP COURSE • • •°lam 9° COMPACTED EARTH ° e BOLLARD CASING ° (SEE STD DETAIL 6-15(c) ° ° ,° ° 36"x12"x12" CLASS 3000 CEMENT CONCRETE BASE 1 CU. FT 5/8" GRAVEL ° ° • • ���� • ti . �/ CITY OF KENT ENGINEERING DEPARTMENT '• ° • V K�NT REMOVABLE BOLLARD �p Cl In ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 11101 ❑pr pd1H1t,,❑rd{EJhh❑ O ❑ ❑ ❑ n E+ •+ n n ❑ ❑ ❑Ef' DESIGNED JB SCALE NONE STANDARD DETAIL DRAWN A CHECKED Ew DATE 6'I1'99 APPROVED cm EnciNEEn Portions of these standards are being revised. Contact Transportation EmIneering for current standard. 856-5564 PIN=1/8" DIA. I �I 1 R_1/8 2 1/4" 1, 5 ��� 1 tpt/32" �,/411 r1/2 _7/8„ _ 1/2,. ,.. 3/4" 1 � 1/4„ 1 5/32° 4 5/16" O 25/32" -- 1 5/32" 1/2.. 3/4,. -- 7/8., I 11 1/4" I i R=1/32" R=3/16" (2) 1/4" DIA. x 3/4" LONG NF 7 1/4" STAINLESS STEEL FLATHEAD SCREWS NOTE 1. HINGE TO BE FABRICATED FROM 3/8" STEEL PLATE TO GIVEN DIMENSIONS 2 DIMENSIONS GIVEN ARE APPROXIMATE. FABRICATOR TO ADJUST AS NEEDED TO ENSURE PROPER AT. CITY OF KENT � � ENGINEERING DEPARTMENT �® KtO T HINGE ASSEMBLY Ww..11lu,e. (FOR REMOVABLE BOLLARD) DESIGNED J8 SCALE NONE STANDARD DETAIL DRAWN JM CHECKED EW DATE 6-1 1-99 6—15(b) MPROVED Ciry EMWUEER Portions of these standards are being revised. Contact Transportation En_4qrlj?eerfiz-q for current standard. Z 1 5/32" 1 5/32" 1 1/16" iT o n n v i 1 1/16" 1/4" DIA NF FOR SCREWS TO PLAN VIEW FASTEN HINGE - SEE STD DETAIL 6-15(b) 5 5/16" 4 5/8" ' 7/16"� 1 15/32" 5/8" T 3116„ 1/8" >� 1/2" DIA. x 6" LONG BOLT, �00 BEND AND WELD TO CASE M O 1 N 2 1/2" INSIDE DIA. GALVANIZED IRON PIPE ' ELEVATION VIEW ' NOTES: CITY OF KENT ENGINEERING DEPARTMENT 1. CASE TO BE MADE OF 1/2" STEEL PLATE,CUT AND WELD TO GIVEN DIMENSIONS, V KENT BOLLARD CASING WA"",M a... (FOR REMOVABLE BOLLARD) 2 DIMENSIONS GIVEN ARE APPROXIMATE FABRICATOR DESIGNED AB STANDARD DETAIL TO ADJUST AS NEEDED TO ENSURE PROPER FIT. DRAWN JM SCALE NONE rCHECKED EW DATE 6-I I- 9 6-1 5(c) an uwincu M PRO VED Portions of these standards are being revised. Contact Transportation Etwineerhig for current standard. 253 856-5564 4' 3i16" A500 STEEL PLATE CUT TO CONFORM TO SQUARE TUBE WELD AND GRIND SMOOTH I II 1" DIAMETER HOLES, REMOVE BURRS, TWO PLACES 4"x4"x1/8" A500 STEEL SQUARE TUBE N INSTALL PLUMB PAINT 1 COAT RUSTOLEUM PRIMER #7673 2 COATS RUSTOLEUM #7797 SEMIGLOSS WHITE �' PAINT FULL LENGTH PRIOR TO PLACEMENT (SEE NOTE 1 ) N 1/4" DIAMETER STAINLESS STEEL ROD WELD TO POST 1 1/8" DIA ORAIN HOLE Ln 1/4" A500 STEEL PLATE CUT TO CONFORM TO SQUARE TUBE. WELD AND GRIND SMOOTH 1/8" CN ' 2" OUTSIDE DIA. GALVANIZED IRON PIPE NOTES _ _I 2" I� 1. INSTALL A 4"x24" STRIP OF CONSPICUITY SHEETING FULL LENGTH IN THE DIRECTION OF TRAVEL SHEETING CITY OF KENT SHALL BE 3M BRAND SCOTCHLITE (TM) DIAMOND GRADE, ENGINEERING DEPARTMENT SERIES 980 OR APPROVED EQUAL. (SEE PLAN VIEW � � ON DETAIL 6-15(0)) KENT BOLLARD 2 DIMENSIONS GIVEN ARE APPROXIMATE FABRICATOR (FOR REMOVABLE BOLLARD) TO ADJUST AS NEEDED TO ENSURE PROPER FIT, DESIGNED is scALE NDNE STANDARD DETAIL PRAWN JLI CHECKED EW "ATE 6-tt-99 6- 15(d) APPROVED nn[rvC"[EN Portions of these standards are being revised, Contact Transportation Emalneerfitq for current standard. ZS 3/16" A500 STEEL PLATE CUT TO CONFORM TO TUBE WELD AND GRIND SMOOTH f 1 1 1/2" I 1" DIAMETER HOLE, REMOVE BURRS TWO PLACES 4"x4"xt/8" A500 STEEL SQUARE TUBE. io INSTALL PLUMB PAINT 1 COAT RUSTOLEUM PRIMER #7673 `N 2 COATS RUSTOLEUM #7797 SEMIGLOSS WHITE PAINT FULL LENGTH PRIOR TO PLACEMENT (SEE NOTE 4) FINISHED GRADE X�\�\\\\� tD \ COMPACTED EARTH • 1/8" (FOR ALL REBAR) V ' 36"x12"x12" CLASS 3000 CEMENT GONG BASE °'� #5 GRADE 60 REBAR, 4 PLACES. WELD TO 4"x4" TUBE ° J BACK OF CURB ACCESS WIDTH (VARIES) N 4 FIXED BOLLARD (SEE NOTE 1) ' •• �JJ � �° �� 3ILREMOVABLE BOLLAft� r-JI CD 0 In zap t0 CD° a Z r Owl pW 4' En W I w y I w} VAR I ES VARIES 12" I I SEE NOTE I I SEE NOTE NOTE: TYPICAL PLAN VIEW 1. ADD FIXED BOLLARDS PER STD DETAIL NO. 6-15 AS REQUIRED FOR WIDER ACCESS ROADS. 2 EVENLY SPACE REMOVABLE BOLLARDS AT 5 FT. ON CENTER WITH THE CENTER BOLLARD AT THE CENTER LINE. CITY OF KENT 3. SPACING SHALL BE MINIMUM 3 FT AND MAXIMUM 5 FT. ENGINEERING DEPARTMENT (DO NOT INSTALL OUTSIDE BOLLARDS WHEN DISTANCE � � IS LESS THAN 3 FT `V KE S T FIXED BOLLARD AND 4. INSTALL A 4"x24" STRIP OF CONSPICUITY SHEETING FULL "'•H'•°T^• BOLLARD PLACEMENT LENGTH IN THE DIRECTION OF TRAVEL SHEETING SHALL DESIGNED KL SCALE NONE STANDARD DETA' BE 3M BRAND SCOTCHLITE (TM) DIAMOND SERIES 980 OR DRAWN BEw APPROVED EQUAL (SEE PLAN VIEW ON DETAIL 6-15(a)) ICHECKED DMJ DATE 5-I1-99 6— 1 6 APPROVED cm ca"cca ' TRAFFIC CONTROL PLANS �a 1 s 1 r 1 1 ` 1 1 E F 3 ' Horseshoe Bend Secondary Levees/Madfai A - 4 June 22, 2011 Project Number 09-3005 1 z r� O_ S 3Atl M S 3AV H109 Q y � W � CL O w 30 ' L-OZM z O I— z m U- v ¢ Nax J }. `' a¢ -j w o ayoddQa' w J � W In �� � w O O C� w N Z13— � N W>vi 00 w 4-OZ O w z3o �w moe U W C� w w 3 v Rn 3 rJ N (n < o o ovwi LL. JZ� L) N WZ UW �OtY d' �O > O 0¢ Uo oaU 5 CO 0 tlL-OZM I I I I Q ¢w J z N w X 0 \ \ \ \ (n V xU w¢S 2' ¢U t t + t LN�i I g z o uOi o o L 0 M N w O N CD N F^ LJJ ¢ W W O � a a a oz X :2 M m O = rn II � in n Q W � C LO O �o U \ \ \ y r 3 o zF Z d F) N N m v W N N f) MS 2 wo � �w NN ffi< O�Z�oz - (nM NLl c • Z mF`-' ODZ WOO O )O O LF W`r�-Zd��S@Q e J � MNO �O W �vLo G U �J Owvl U (n < ,�.,�0 U� s T N y v)Fr of 0 w ww w O N Lo & F O o mw� w aO a s O N �"� w r -- cn m-{1 rn = w W< L') EnCL z� zp�iN,�$�-ls�dz a a F aU J Jz w Z FA $�^ 6 j !}N{4 w8 w Z ¢ as W ¢ W O N Q W �iS� vi fM5 w wm m J2 z w� L)w W LY O 8 � 00 a� a�7 (UJ ZZN O Z W ' 1 44j �d �ZOo q=M N (� Y w2 OQ r mC J Nq o r O a 2 w N <�g 4 W20-7A a Z mom$25ow < 8 - a m 0 z 3 O U W a ��i msw �Pi'� N U O > a W Ld ,LTy,roe wo m �� H y 6� '5 �M mfz� � �1 Y ROPD O z r .U. � Q v16aFwitn c3tn ` N II O ZO-4 ¢ F } J SOS cFi as o U ¢ Q� ¢ csW�6o c-91 -�sII « N o �W z o z a�usaai�o) ads ac�a Y Ronn LJ it Z a F c l H�Sri cd ri W of o giEPD o o o m w � w2o-� LLJ W a s 3nv ONE 30alaa F t z O a o Y � w Of i� W w � p l-OZM p w 3 of LLI av3tn z 0 F z a s a �< J � } W aQ U W o J � W LLj w O CO � a V)i a / F Q to U w 3 Z F'- CV LLJ O N o ti-Ol O w < 0 (D 6 NV 3 U Li O W 0 Q Gr 3 U 3 3 U Z Z ? J-j oJw= 9 (n 0 Q - 0 Q> j J Z� U Z N / cr Z OQ 0U p OF a w00 F- O 0a �-J zo zaf o to <(n A VL-OZM U =cwi E¢S wa0 a � N a o + + + + � r o 0 0 0 D �— Lo M N m CD N W J X 7 WW O v S 2 2 K O Z � O ^ O to o x 2 r. n- � � torZ¢0w w N � M V W oLoo " Q Z 4 Ix M NVf N m vO N cN� M "—S QM� mZ �` d aJF- 0- N M N N N �mj�� ?dez m 4{�,1� �WyJ U 'a b os O J x d'� J 1-- M U) (a � �wb. w<No f/1 �< �� Wfn CK O �(7 In iQ 3Q wR N-o w ixw w o o O oWy w <0 a s 0 7- ! R >� ��>"a'i _ z Qo �� o�w � (ncn ~ �3� v�iNz N zap a ¢a w a �w � ora cm3g�g�yF,� -boo �o w ao z Z \\ 1() to J In 2'3 w 4 o � j win F t =zti� b z 5 �e5ma ma w o aZOZO <an =a N O Nc O ! Y WZ O<F- an0 >- J n �7 w vrs tom, o Y� � 7d s W20-7A Z w ga Of O U o o U 0 �1 0 N fW U � > � Umm� ~ E L Y I v ui x 1 4 LP1! z v a S O J i/�S� �N ROM O OZ�a o 20-4 U Q >- Q > a o 0 IXW z chi Z o� 9 Q ROM y z a_ o i � O C� H m w K X W20-1 3 U5 .� Ln a w w b a $ k S 3AV-I"iN30 1S HIEZ -S Z l—oa Oy OY3HY � Naax a `' o p o avow z o w U LLJ p O WIL uj 3 cc r CY OZ0 wZU N Q fn - w (n ¢ o w (Lc vw p O � w W Uaf 0' o WF<< E5<" C> U i ti-OZ 3H V 00 � � ag uj W p¢ F r N OYOa a F-O ow 3 xe O:k� p-ZS m n � � � 00 o w r r w !n �J 0 0_ o Na � Nw3Jp ¢ 0 ~ � M`O Q>O Z� pzxB�aZaw ��'aZ N z30 w NFOSp 7N� Opo Z U W V' Wuj ��� OC3U a Uri�n��'wm5: w L) �Z aQS V)-i Z aww mvo• oy ZML � � � 9¢ ��� cJj ¢ ¢ ¢ _J Z o o`7nLn o� cnam 2 QLil Ut �Oa Ofr0 N 4'] �j F Z O N ow U O U Q U s�- CnVa�niFlN �� tU' VL-OZM F- O O� ��� z� �$ Oo �+{UwLWN, _ZaLU v�l(W,n,�� a �fn ��w ZOVS ¢� o Q_F-'U NZ� CC.9 �U C J �N OO U Q W Z ¢c�a Min o ? ro U IL4 li¢5 ww ¢L C4 M4uicdr--: ma; o a o �- z X w LO � ¢ * � io z�''-' w Ld p ? �5 LLI Ln o ¢ a LLI N N M 0 � ��� <m�� ui Lrd B OO C) fa- 0 cq mwV 21= pir V� w O O to CO u0 �gw�'�j • W O MN 3 ¢ ��� G a a O N prn �YZN � � a 0 i � F o N c>a c'�aa Fzr Z Zv r r <am BtTTio Fz m �� xw z 6 Z .S U Z O w o O w ino�� 0o � • 0 M N O r I fn w F LWW Z 5 O W J = Ld o O� a a a o x M :m :m _ } O z o: u O ¢ o fn Z M N N Q U Z W o t w I W20-7A ¢ ° o wmw 0 0 F Y Q p mLLJ ¢ . 4 Z `� ¢ = O w O Z U > 2 czD Ad J j w ¢ O j n fn fn Fr V w w O < ¢^ F F E LAN C] O O U w O -1 C9 V+ s aoAo 20-4 Ix �¢ of Ui y Z V N Ix z E Q a o En o c� o Q a¢ aW� ¢ w 3 in m W a w RWOORN ix ofn wfn46 QO AHEAD II >20-1 FS a 1 PREVAILING WAGE RATES 1 i 1 � t i ! 1 re i s 1 1 ! ! Horseshoe Bend Secondary Levees/Madfai A - 5 June 22, 2011 Project Number. 09-3005 a r ubv r yr r ' State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 ry 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 tenefits. 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. 9 Journey Level Prevailing Wage Rates for the Effective Date: 07/12/2011 �ounty Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $40.03 5D 1H rig Boilermakers Journey Level $59.69 5N 1C Ting Brick Mason Brick And Block Finisher $40 21 5A 1M Ifiing Brick Mason Journey Level $47 471 5A 1M rig Brick Mason Pointer-Caulker-Cleaner $47 47 5A 1M King Building Service Employees Janitor $18.91 5S 2F rig Building Service Employees Traveling Waxer/shampooer $19.32 5S 2F rig Building Service Employees Window Cleaner(non-scaffold) $22.65 5S 2F King Cabinet Makers (In Shop) Journey Level $22 74 1 Brig Icarpenters Acoustical Worker $48.63 5D 1M King Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A 1M rig Carpenters Carpenter $48.47 5D 1M rig Carpenters Creosoted Material $48.57 5D _1_M King Carpenters Floor Finisher $48 60 5D 1M ng Carpenters Floor Layer $48.60 5D 1M ng Carpenters Floor Sander $48.60 5D 1M rig Carpenters Sawfiler $48.60 5D 1M rig Carpenters Shingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.60 5D 1M rig Carpenters Stationary Woodworking Tools $48.60 5D 1M Ong Cement Masons Journey Level $49.15 7A 1M King Divers Et Tenders Diver $100.781 5D 1M 8A ng Divers 3 Tenders Diver On Standby $56.68 5D 1M ng Divers Et Tenders Diver Tender $52.23 5D 1M rig Divers Et Tenders Surface Rcv a Rov Operator $52.23 5D 1M Ong Divers & Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1 B King Dredge Workers Assistant Engineer $49.57 5D 1T 8L Ing Dredge Workers Assistant Mate(deckhand) $49.061 5D 1T 8L ng Dredge Workers Engineer Welder $49.62 5D 1T 8L King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Ing Dredge Workers Maintenance $49.06 5D 1T 8L ng Dredge Workers Mates And Boatmen $49.57 5D 1T 8L ng Dredge Workers Oiler $49.19 5D 1_T 8L King Drywall Applicator Journey Level $48471 5D 1M King Drywall Tapers Journey Level $48.79 5P 1E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $61.93 7C 2W King Electricians -_Inside Cable Splicer (tunnel) $66 55 7C 2W King Electricians - Inside Certified Welder $59.83 7C 2W 'King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W King Electricians - Inside Construction Stock Person $31 83 7C 2W King Electricians - Inside Journey Level $57.72 7C 2W King Electricians - Inside Journey Level (tunnel) $61.93 7C 2W King Electricians_- Motor Shoop Craftsman $15.37 1 King Electricians - Mot_or_Shop Journey Level $14.691 1 King Electricians - Powerline Construction Cable Splicer $63.04 5A 4A King Electricians - Powerhne Construction Certified Line Welder $57 61 5A 4A King Electricians - Powerline Construction Groundperson $41.06 5A 4A King Electricians - Powerline Construction Head Groundperson $43.33 5A 4A King Electricians - Powerhne Construction Heavy Line Equipment Operator $57.61 5A 4A King Electricians - Powerline Construction Jackhammer Operator $43.331 5A 4A King Electricians - Powerline Construction Journey Level Lineperson $57 61 5A 4A King Electricians - Powerline Construction Line Equipment Operator $48.64 5A 4A King Electricians - Powerhne Construction Pole Sprayer $57.61 5A 4A King Electricians - Powerline Construction Powderperson $43 33 5A 4A King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $67.91 7D 4A King Elevator Constructors Mechanic In Charge $73.87 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $13.60 5B 2K Products Only King Fence Erectors Fence Erector $15.18 1 King Ftaggers Journey Level $33.93 7A 1 H King Glaziers Journey Level $50.661 7L 1y King Heat Et Frost Insulators And Asbestos Journeyman $53.44 5.1 1S Workers King Heating Equipment Mechanics Journey Level $63 27 7F 1E King Hod Carriers Et Mason Tenders Journey Level $41 28 7A 1 H ;King Industrial Engine And Machine Journey Level $15 65 1 Mechanics King Industrial Power Vacuum Cleaner Journey Level $9.241 1 King Intand_Boatmen Boat Operator $50.72 5B 1K King Inland Boatmen Cook $47.54 5B 1K King Inland Boatmen Deckhand $47.54 5B 1K King inland Boatmen Deckhand Engineer $48.48 5B 1K King Inland Boatmen Launch Operator $49.63 56 1K King Inland Boatmen Mate $49.631 5B 1K King Inspection/Cleaning/Seating Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control 1 .ACur J Vl 1 1 �ng Inspection/Cleaning/Seabng Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control Ong Inspection/Cleaning/Seating Of Technician $19.33 1 Sewer Et Water Systems By Remote Control jbng Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Et Water Systems-By Remote Control rig Insulation Applicators Journey Level $48.47 5D 1M rig Ironworkers Journeyman $57.52 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $40.03 7A 1H rig Laborers Airtrac Drill Operator $41.28 7A 1H Ong Laborers Ballast Regular Machine $40.03 7A 1H King Laborers Batch Weighman $33.931 7A 1 H rig Laborers Brick Pavers $40.03 7A 1H Ting Laborers Brush Cutter $40.03 7A 1H rig Laborers Brush Hog Feeder $40.03 7A 1H Ong Laborers Burner $40.03 7A 1H King Laborers Caisson Worker $41.28 7A 1H ng Laborers Carpenter Tender $40.0311 7A 1H ng Laborers Caulker $40.03 7A 1H ling Laborers Cement Dumper-paving $40.77 7A 1H rig Laborers Cement Finisher Tender $40.03 7A 1H King Laborers Change House Or Dry Shack $40.03 7A 1H Ong Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 1H rig Laborers Chipping Gun(30 Las. And Over) $40.771 7A 1H King Laborers Choker Setter $40.03 7A 1H ng Laborers Chuck Tender $40.03 7A 1H %ng Laborers Clary Power Spreader $40.77 7A 1 H rig Laborers Clean-up Laborer $40.03 7A 1H rig Laborers Compressed Air Worker 0-30 psi $52.08 7A 1H 8Q King Laborers Compressed Air Worker 30.01-44.00 $57.08 7A 1_H 8Q psi rig Laborers Compressed Air Worker 44.01-54.00 $60.76 7A 1H 8Q psi rig Laborers Compressed Air Worker 54.01-60.00 $66.46 7A 1H 880 psi King Laborers Compressed Air Worker 60.01-64 00 $68.58 7A 1H 8� psi mg Laborers Compressed Air Worker 64 01-68.00 $73.68 7A 1H SQ psi rig Laborers Compressed Air Worker 68.01-70.00 $75 58 7A 1H 8Q psi King Laborers Concrete Dumper/chute Operator $40 77 7A 1H Ong Laborers Concrete Form Stripper $40.031 7A 1H Ong Laborers Concrete Placement Crew $40.77 7A 1H King Laborers Concrete Saw Operator/core Driller $40.77 7A 1H ng Laborers Crusher Feeder $33.93 7A 1H mg Laborers Curing Laborer $40.03 7A 1H ng Laborers Demolition: Wrecking 8 Moving $40.03 7A 1H (incl. Charred Material) King Laborers Ditch Digger $40 031 7A 1H King Laborers Diver $41.28 7A 1H King Laborers Drill Operator (hydraulic,diamond) $40.77 7A 1H King Laborers Dry Stack Walls $40 03 7A 1 H King Laborers Dump Person $40.03 7A 1H King Laborers Epoxy Technician $40 03 7A 1H King Laborers Erosion Control Worker $40.031 7A 1H King Laborers Faller Et Bucker Chain Saw $40.77 7A 1 H King Laborers Fine Graders $40.03 7A 1H King Laborers Firewatch $33.93 7A 1H King Laborers Form Setter $40.03 7A 1H King Laborers Gabian Basket Builders $40.03 7A 1H King Laborers General Laborer $40.03 7A 1H King Laborers Grade Checker Et Transit Person $41.28 7A 1_H King Laborers Grinders $40.03 7A 1H King Laborers Grout Machine Tender $40.03 7A 1 H King Laborers Groutmen (pressure)including Post $40.77 7A 1H Tension Beams King Laborers Guardrail Erector $40 031 7A 1H King Laborers Hazardous Waste Worker (level A) $41.28 7A 1H King Laborers Hazardous Waste Worker (level B) $40.77 7A 1H King Laborers Hazardous Waste Worker (level C) $40.03 7A 1H King Laborers High Scaler $41.28 7A 1H King Laborers Jackhammer $40 77 7A 1H King Laborers Laserbeam Operator $40.771 7A 1H King Laborers Maintenance Person $40.03 7A 1H King Laborers Manhole Builder-mudman $40.77 7A 1H King Laborers Material Yard Person $40.03 7A 1H King Laborers Miner $41.28 7A 1H King Laborers Motorman-dinky Locomotive $40.77 7A 1H King Laborers Nozzleman (concrete Pump, Green $40.77 7A 1H Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $40.77 7A 1H King Laborers Pilot Car $33.931 7A 1H King Laborers Pipe Layer Lead $41.28 7A 1H King Laborers Pipe Layer/tailor $40.77 7A 1H King Laborers Pipe Pot Tender $40.77 7A 1H King Laborers Pipe Reliner $40 77 7A 1H King Laborers Pipe Wrapper $40.77 7A 1H King Laborers Pot Tender $40.031 7A 1H i King Laborers Powderman $41.28 7A 1H i King Laborers Powderman's Helper $40.03 7A 1H ,King Laborers Power Jacks $40.77 7A 1H 'King Laborers Railroad Spike Puller - Power $40.77 7A 1H King Laborers Raker - Asphalt $41.28 7A 1H King Laborers Re-timberman $41.281 7A 1H ng Laborers Remote Equipment Operator $40.77 7A 1 H ng Laborers Rigger/signal Person $40.77 7A 1H ling Laborers Rip Rap Person $40.03 7A 1H rig Laboi ers Rivet Buster $40.77 7A 1 H King Laborers Rodder $40 77 7A 1 H ng Laborers Scaffold Erector $40.03 7A 1H ng Laborers Scale Person $40 03 7A 1H King Laborers Sloper (over 20") $40.77 7A 1 H ng Laborers SLoper Sprayer $40.03 7A 1H ng Laborers Spreader (concrete) $40.77 7A 1H rig Laborers Stake Hopper $40.03 7A 1H rig Laborers Stock Piler $40.03 7A 1 H King Laborers Tamper Et Similar Electric, Air Et Gas $40.77 7A 1H Operated Tools mg Laborers Tamper (multiple Et Self-propelled) $40.77 7A 1H King Laborers Timber Person - Sewer (lagger, $40.77 7A 1H Shorer Et Cribber) ing Laborers Toolroom Person (at Jobsite) $40.03 7A 1H King Laborers Topper $40.03 7A 1H ing Laborers Track Laborer $40.03 7A 1H ng Laborers Track Liner (power) $40.771 7A 1H ing Laborers Truck Spotter $40.03 7A 1H It rig Laborers Tugger Operator $40.77 7A 1H King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 1H 8Q Ong Laborers Tunnel Work-Miner $41.38 7A 1H 8Q rig Laborers Vibrator $40 77 7A 1H King Laborers Vinyl Seamer $40 031 7A 1H ling Laborers Watchman $30 84 7A 1H Ting Laborers Welder $40.77 7A 1H ng Laborers Well Point Laborer $40.77 7A 1H ing Laborers Window Washer/cleaner $30.84 7A 1 H King Laborers - Underground Sewer 8 General Laborer Et Topman $40.03 7A 1H Water rig Laborers - Underground Sewer Et Pipe Layer $40.77 7A 1H Water rig Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment Operators Or $28.17 1 Truck Drivers rig Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $48.74 5D 1H rig Marble Setters Journey Level $47.47 5A 1M rig Metal Fabrication Shop) Fitter $15.86 1 ling Imetal Fabrication (In Shop) Laborer $9.78 1 ng Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal-Fabrication (In Shop) Painter $11.10 1 Ong Metal Fabrication (In-Shop) Welder $15 48 1 rig Millwright Journey Level $49.47 5D 1M King Modular BuAd1nQs Cabinet Assembly $11.56 1 ! rig Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9 40 1 King Modular Buildings Tool Maintenance $11 56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $34.87 6Z 23 King Pile Driver Journey Level $48.67 5A 1M King Ptasterers Journey Level $46.63 7Q 1R King Playground 8t Park Equipment Journey Level $8.67 1 Installers King Plumbers $ Pipef tters Journey Level $70.84 6Z 1 G King Power Equipment Operators Asphalt Plant Operators $50.39 7A 13 8P King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P King Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P King Power Equipment Operators Bobcat $47.12 7A 1T 8P King Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P Equipment King Power Equipment Operators Brooms $47.12 7A 1T 8P 'King Power Equipment Operators Bump Cutter $49 90 7A 1T 8P King Power Equipment Operators Cableways $50 39 7A 1T 8P King Power Equipment Operators Chipper $49.901 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount With $50.39 7A 1T 8P Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $47.12 7A 1T 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $49.90 7A 1T 8P Boom Attachment Up To 42m King Power Equipment Operators Conveyors $49.48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment-Opera-hors Cranes 100 Tons Through 199 Tons, $50 94 7A 1T 8P or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. King Power Equipment Operators Cranes. 200 Tons To 300 Tons, Or $51.51 7A 1T 8P 250' Of Boom (including Jib With Attachments) (King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Under 150' Of Boom (including Jib With Attachments) King Rower Equipment Operators Cranes: A-frame - 10 Tons And Under $47.12 7A 1T 8P King Power Equipment Operators Cranes: Friction 100 Tons Through $51.51 7A 1T 8P 199 Tons . ubv r vi i rig Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P 11ing Power Equipment Operators Cranes. Over 300 Tons Or 300' Of $52.07 7A 1T 8P Boom (including Jib With Attachments) ing Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons ng Power Equipment Operators Crusher $49.901 7A 1T 8P ng Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P (power) Ii ng Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P rig Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50 39 7A 1T 8P ing Power Equipment Operators Dozers D-9 Et Under $49 48 7A 1T 8P ng Power Equipment Operators Drill Oilers- Auger Type, Truck Or $49 48 7A 1T 8P Crane Mount 1 mg Power Equipment Operators Drilling Machine $49 90 7A 1T 8P ing Power Equipment Operators Elevator And Man-lift: Permanent $47 12 7A 1T 8P And Shaft Type ng Power Equipment Operators Finishing Machine, Bidwell And $49 90 7A 1T 8P Gamaco Et Similar Equipment King Power-Equipment Operators Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Attachments rig Power Equipment Operators Forklifts Under 3000 Lbs. With $47 12 7A 1T 8P Attachments rig Power Equipment Operators Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P Ong Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P ng Power Equipment Operators Hard Tail End Dump Articulating Off- $50.39 7A 1T 8P Road Equipment 45 Yards. Et Over �ng Power Equipment Operators Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill Locator $49.48 7A 1T 8P ng Power Equipment Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P Wing Power Equipment Operators Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Tons ing Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P V Under King jPower Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P ng Power Equipment Operators Loader, Overhead, 6 Yards. But Not $50.39 7A 1T 8P Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P rig Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P King Power Equipment Operators Loaders. Elevating Type Belt $49.48 7A 1T 8P ng Power Equipment Operators Locomotives, All $49.90 7A 1T 8P ng Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Hour Over Mechanic) rig Power Equipment Operators Mixers: Asphalt Plant $49.90 7A 1T 8P King Power Equipment Operators Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P rig jPower Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P Ting Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Boring, Road Header And/or Shield i King Power Equipment Operators Oil Distributors, Blower Distribution $47.12 7A 1T 8P , Et Mulch Seeding Operator King Power Equipment_Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $49.901 7A 1T 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.481 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47 12 7A 1T 8P King Power Equipment Operators Power Plant $47.12 7A 1T 8P King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 $47 12 7A 1T 8P Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $50.39 7A 1T 8P Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P King Power Equipment Operators Roltagon $50.39 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Materials King Power-Equipment Operators Roto-mill, Roto-grinder $49 901 7A 1T 8P King Power Equipment Operators Saws - Concrete $49 48 7A 1T 8P 'King Power Equipment Operators Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $49.48 7A 1T 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P And Over King Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P King Power Equipment Operators Shotcrete/gumte Equipment $47.12 7A 1T 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 $50.39 7A 1T 8P Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $50.94 7A 1T 8P 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P 90 Metric Tons King Power Equipment Operators Shpform Pavers $50.39 7A 1T 8P King Power Equipment Operators Spreader, Topsider Et Screedman $50.39 7A 1T 8P King Power Equipment Operators Subgrader Trimmer $49 90 7A 1T 8P King Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P King Power Equipment Operators Tower Crane Over 175'in Height, $51.51 7A 1T 8P Base To Boom King Power Equipment Operators Tower Crane Up To 175' In Height $50.94 7A 1T 8P Base To Boom King Power Equipment Operators Transporters, All Track Or Truck $50.39 7A 1T 8P Type King Power Equipment Operators Trenching Machines $49.48 7A 1T 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P And Over Ong Power Equipment Operators Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Tons ng Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P ng Power Equipment Operators Welder $50 39 7A 1T 8P ng Power Equipment Operators Wheel Tractors, Farman Type $47 12 7A 1T 8P ng Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P King Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer Et Water ng Power-Equipment Operators- Brokk - Remote Demolition $47 12 7A 1T 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer Et Water ng Power_E Iu ---nt Operators_ Bump Cutter $49.90 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Cableways $50.39 7A _1_T 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $49.90 7A 1T 8P ng jUnderground Sewer Et Water Power Equipment Operators- Compressor $47.12 7A 1T 8P Underground Sewer EtWater ng Power Equipment Operators- Concrete Pump Truck Mount With $50.39 7A 1T 8P Underground Sewer Et Water Boom Attachment Over 42 M King Power-Equipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P Underground Sewer Et Water Screed ng Power Equipment Operators- Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. ng Power Equipment Operators- Concrete Pump: Truck Mount With $49.90 7A 1T 8P Underground Sewer Et Water Boom Attachment Up To 42m ng Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer_Et_Water Ting Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P Underground Sewer Et Water With Attachments Overhead, Bridge Type Crane- 20 Tons Through 44 Tons King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P Underground Sewer Et Water 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P 1 Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes- A-frame - 10 Tons And Under $47.12 7A 1_T 8P Underground Sewer Et Water ng Power Equipment Operators- Cranes: Friction 100 Tons Through $51.51 7A 1T 8P Underground Sewer & Water 199 Tons �ng Power Equipment-Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P a ub.. av va a Underground Sewer Et_Water King Power Equipment Operators- Cranes Over 300 Tons Or 300' Of $52.07 7A 1T 8P Und-erground Sewer Et Water Boom (including Jib With Attachments) King Power Equipment_Operators- Cranes. Through 19 Tons With $49.48 7A 1T 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P Un_demround Sewer Et Wat_e_r (power) King Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $49.48 7A 1T 8P Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $49 90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift. Permanent $47.12 7A 1T 8P Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer Et Water King Power-Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- $50.39 7A 1T 8P Underground Sewer Et Water Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P Underground Sewer Et Water road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer & Water 'King Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Underground_Sewer Et Water Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Und_e__r-r_o__und Sewer Et Water Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $50.39 7A 1T 8P Underground Sewer Et Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $49.90 7A _1_T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water Ming Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Underground Sewer Et Water Hour Over Mechanic) rig Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer Et Water 'ng Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Underground Sewer Et Water Boring, Road Header And/or Shield rig Power Equipment Operators- Oil Distributors, Blower Distribution $47.12 7A 1T 8P Underground Sewer Et Water 8 Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $49 48 7A 1T 8P Underground Sewer $ Water Manhfts), Air Tuggers,strato ing Power Equipment Operators- Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Underground Sewer Et Water Through 99 Tons ing Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P Underground Sewer fx Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $49 90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer Et Water ing Power_Equip_men_t_Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer EL Water rig Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer Et Water ing Power Equipment Operators- Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On Rubber $50.39 7A 1T 8P Underground Sewer Et Water Tired Earth Moving Equipment rig Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer Et Water Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Underground Sewer Et Water Materials Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P rig P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Underground Sewer Et Water Yards �ng Power Equipment Operators- Scrapers - Concrete Et Carry All $49 48 7A 1T 8P s Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water King Power-Equipment Operators- Shotcrete/gunrte Equipment $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Underground Sewer E3 Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $50.39 7A 1T 8P Underground Sewer Et Water Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Underground-Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment_Operators- Shovel, Excavator, Backhoes: Over $50.94 7A 1T 8P Underground Sewer 8 Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P Underground Sewer_Et_Water 90 Metric Tons King Power Equipment Operators- Shpform Pavers $50 39 7A 1T _8_P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 8P Underground Sewer Ex Water King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer a Water King Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in Height, $51.51 7A 1T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $50.94 7A 1T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Transporters, All Track Or Truck $50.39 7A 1T 8P Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $49 48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P Underground Sewer Et Water And Over King Power Equipment Operators- Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Underground Sewer Et Water Tons King Power-Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P Underground Sewer E3 Water King Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 13 8P Underground Sewer Et Water , King Power Equipment Operators- Yo Yo Pay Dozer $49 90 7A 1T 8P Underground Sewer Et Water King Power Line Clearance Tree Trimmers Journey Level In Charge $41.04 5A 4A King Power Line Clearance Tree Trimmers Spray Person $38.98 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $41.04 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $36 751 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $27.80 5A 4A King Refrigeration Et Air Conditioning Journey Level $67.56 6Z 1G Mechanics King Residential Brick Mason Journey Level $47.47 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38 08 5D 1M King Residential Drywall Tapers Journey Level $48.79 5P 1_E rig ReS_i_dentlal_Electricians Journey Level $30.331 1 Ong Residential Glaziers Journey Level $34.541 7L 1H King Residential Insulation_Applicators Journey Level $26 28 1 ng Residential Laborers Journey Level $23.03 1 Ting Residential Marble Setters Journey Level $24.09 1 ng Residential Painters Journey Level $24.46 1 ng Residential Plumbers Et Pipefitters Journey Level $34.69 1 King Residential Refrigeration Et Air Journey Level $67.56 6Z 1G Conditioning Mechanics rig Residential Sheet Metal Workers Journey Level $37.35 7F 1R King Residential Soft Floor Layers Journey Level $41 56 5A 2Z ng Residential Sprinkler Fitters_(Fire Journey Level $40.81 5C 2R Protection) King Residential Stone Masons Journey Level $47.47 5A 1M ng Residential Terrazzo Workers Journey Level $46.931 5A 1M Ting Residential Terrazzo/Tile Finishers Journey Level $21.46 1 Ong Residential Tile Setters Journey Level $25.17 1 ling Roofers Journey Level $41 90 5A j1H King Roofers Using Irritable Bituminous Materials $44 90 5A ing Sheet Metalworkers Journey Level $63.27 7F %ng Shipbuilding Et Ship Repair Boilermaker $33.26 7M ling Shipbuilding Et Ship Repair Carpenter $34 99 70 1 B ing Shipbuilding Et Ship Repair Electrician $34 90 70 1B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $53.44 5J 1S Ong Shipbuilding Et Ship Repair Laborer $33.621 70 1B rig Shipbuilding It Ship Repair Machinist $34.62 70 1B King Shipbuilding Et Ship Repair Operator $37.04 70 1B ing Shipbuilding Et Ship Repair Painter $34.64 70 1B ng Shipbuilding Et Ship Repair Pipefitter $34.64 70 1B rig Shipbuilding Et Ship Repair Rigger $34.67 70 1_B ng Shipbuilding Et Ship Repair Sandblaster $33.62 70 1B King Shipbuilding Et Ship Repair Sheet Metal $34.59 70 1B Ong Shipbuilding Et Ship Repair Shipfitter $34 67 70 1B rig Shipbuilding 8t Ship Repair Trucker $34.49 70 1B King Shipbuilding Et Ship Repair Warehouse $34.55 70 1B ng Shipbuilding Et Ship Repair Welder/burner $34.67 70 1B ng Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 ng Sign Makers Et Installers (Electrical) Sign Maker $21.36 1 ing Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) rig Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $41.56 5A 2Z Ong Solar Controls For Windows Journey Level $12.44 1 Brig Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural i rig Stone Masons Journey Level $47.47 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $49 48 7A 1T 8P King Surveyors Chainman $48.96 7A 1T 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $32.27 5A 2B Outside King Telephone Line Construction Hole Digger/Ground Person $18.10 5A 2B Outside ;King Telephone Line Construction_- Installer (Repairer) $30 94 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $32.27 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $31.62 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $32.27 5A 2B Outside (Heavy) `King Telephone Line Construction - Telephone Equipment Operator $30.02 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $30.02 5A 2B Outside King Telephone Line Construction Television Groundperson $17.18 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $22.73 5A 2B Outside King Telephone Line Construction - Television System Technician $27.09 5A 2B Outside King Telephone Line Construction- Television Technician $24 35 5A 2B Outside King Telephone Lin'Construction Tree Trimmer $30.02 5A 2B Outside King Terrazzo Workers Journey Level $46.93 5A 1M King Tile Setters Journey Level $21 65 1 King Tile, Marble Et Terrazzo Finishers Finisher $40.76 5A 1B King Traffic Control Stripers Journey Level $39.40 7A 1 K King Truck_Drivers Asphalt Mix Over 16 Yards (W. WA- $46.47 5D 1T 8L Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W.WA-Joint $45.63 5D 1T 8L Council 28) King Truck Drivers Dump Truck Et Trailer $46.47 5D 1T 8L ;King Truck Drivers Dump Truck (W.WA-Joint Council 28) $45.63 5D 1T 8L King Truck Drivers Other Trucks (W. WA-Joint Council $46.47 5D 1T 8L 28) King Truck Drivers Transit Mixer $23.45 1 King Well Drillers 8 Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers £t Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Ir Irrigation Pump Well Driller $18.00 1 Installers BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 *wwwwwtwwwawwwwwwxwttsxttswwttssss*sss**sssssss*sss*sss**s************ww**sss**ss**sss**sswswwwwwwwswwtwwwwwsswwtssxssxx OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS,THE HOL RLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF Vv AGE C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR- TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY J RATE OF WAGE a E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST ? TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY 9 RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN(10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10)HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT i WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAY S SHALL BE PAID AT DOUBLE THE HOURLY RATE OF j WAGE I ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY RATE OF WAGE J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ! 1 K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE i L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT I WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -2- O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12)HOURS, MONDAY" THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ,ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 Q THE FIRST TWO (2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OFTEN (10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE ' THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RITE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THRFE TIMES THE HOURLY RATE OF WAGE T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10) HOUR SHIFTS ARE ESTABLISHED OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS(12)IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE,OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE .AND ONE-HALF TIMES THE HOURLY , RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR(4) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY. MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOY EF)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' ' BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -3- l Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY I 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT d ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 1 B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE , P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE p I 2 R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ? S ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED.IN ADDITION TO HOLIDAY PAY ' U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON 1 SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR-DAY,TEN- HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT(8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL i BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 Z ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ' ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY FOR SUCH OCCUPIED,COMMERCIAL BUILDINGS, THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6 00 PM TO 6 00 AM MONDAY THROUGH SATURDAY MORNING AT 6 00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME RATE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 , -4- 4 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID i AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS , AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORC CHRISTMAS,AND CHRISTMAS DAY(8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) H HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) J HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY.CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS , DAY(9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING t DAY,DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5. S PAID HOLIDAYS NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, , THANKSGIVING DAY,AND CHRISTMAS DAY(7) T PAID HOLIDAYS NEW YEAR'S DAY, W'ASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS(9) V PAID HOLIDAYS SIX(6)PAID HOLIDAYS ' BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 -5- J ' Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ' 6 A PAID HOLIDAYS NEW YEAR'S DAY,PRESIDENTS' DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ' E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, a CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2) I F ' F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11) H PAID HOLIDAYS NEW YEAR'S DAY,NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER ; CHRISTMAS,AND A FLOATING HOLIDAY(10) I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) 6 Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS ' DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8) UNPAID HOLIDAY- PRESIDENTS'DAY I T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY 7 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, t THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY B. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, ' THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY"WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY"SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY C HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY D PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) UNPAID HOLIDAYS PRESIDENT'S DAY ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY ' E HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A 9 SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY ) i BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 ' -6- F HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND ' CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , AND CHRISTMAS DAY(6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERV FD AS A HOLIDAY ON THE FOLLOWING MONDAY H HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, INDEPENDENCE DAY, MEMORIAL DAY, ' LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY I HOLIDAYS NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY J HOLIDAYS NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY(6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY K HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. THANKSGIVING DAY THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(8) ANY HOLIDAY WHICH FALLS ON A , SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY 7 M PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY. AND THE DAY AFTER OR BEFORE CHRISTMAS DAY 10) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY N HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY , O PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE , EMPLOYEES BIRTHDAY It) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BF OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY Q HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, ' THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011 —7— NOTE CODES J t S A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$2 00 PER FOOT FOR EACH FOOT OVER 50 FEET t OVER 100'TO 150'-$3 00 PER FOOT FOR EACH FOOT OVER 100 FEET ; OVER 150'TO 220'-$4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5 00 PER FOOT FOR EACH FOOT OVER 220 FEET z C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-S 1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A $0 75, LEVEL B $0 50,AND LEVEL C SO 25 1 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A&B $1 00,LEVELS C&D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A $1 00, LEVEL B-$0 75,LEVEL C $0 50,AND LEVEL D $0 25 a 8 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2 00,CLASS B SUIT $1 50, CLASS C SUIT $1 00,AND CLASS D SUIT SO 50 1 Q THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN(15)MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID s t a i 1 i f t 1 1 440 REQUEST FOR MAYOR'S SIGNATURE • Please FIII In All Applicable Boxes KENT WAS HINGTON This form must be printed on cherry paper Routing information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator. Mark Madfai Phone (Originator) 5521 Date Sent B Z l l f Date Required: S /Cl//I Return Signed Document to Nancy Yoshltake CONTRACT TERMINATION DATE: 60 working days VENDOR NAME: Scarsella Bros , Inc DATE OF COUNCIL APPROVAL: 7/19/11 Brief Explanation of Document The attached construction agreement for the Horseshoe Bend Levee Improvements-East and West River Bend Secondary Levees protect consists of constructing approximately 1,797 linear feet of levee Including an asphalt trail on the levee and other miscellaneous work Included are approximately 31,711 tons of levee fill, 4,706 cubic yards of excavation and 1,563 tons of crushed rock All Contracts Must Be Routed Through the Law Department i (Thiss Area tobe/Completed By the Law Department) Received- RECEIVED " ED Approval of Law Dept.- AUG Q 2 Z�}� Law Dept. Comments KENT iAW DEPT. RECEIVED A htir` n n Date Forwarded to Mayor: S I� Shaded Areas to Be Completed by Administration Staff Office pi fib MByOC Received: Recommendations & Comments: _ . 2011 Ji Disposition TYCr—hi r;f ��u/G2C�G�4 t Date Returned: 9 Iage5870_templatebase • 2107