Loading...
HomeMy WebLinkAboutPW12-198 - Original - Terra Dynamics, Inc - Meridian Valley Creek Enhancements - 07/19/2012 Records Man-A"g"'we m ie`!� KENT WASHINGTON Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Terra Dyamics, Inc. Vendor Number: JD Edwards Number (� Contract Number: 10 W 1.2- This is assigned by City Clerk's Office Project Name: Meridian Valley Creek Enhancements Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 90 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Matt Knox Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project will improve 460 LF of an existing creek channel to enhance habitat J conditions and reduce flooding potential. CM 7 S.Pubhc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 CITY OF (CENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Meridian Valley Creek Enhancements Project Number: 10-3008 BIDS ACCEPTED UNTIL BID OPENING June 26, 2012 June 26, 2012 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY ]. LAPORTE, P.E. PUBLIC WORKS DIRECTOR i KENT W A S H I N G T 0 N PUBLIC WORKS DEPARTMENT Timothy 7 LaPorte, P E. Public Works Director 400 West Gowe Kent, WA 98032 Fax 253-856-6500 KENT WASHINGTON PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Meridian Valley Creek Enhancements Project Number: 10-3008 ADDENDUM No. 1 June 22, 2012 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 Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - APPENDICES ADD the attached Appendix A-2 - Environmental Permits The WA Dept of Fish and Wildlife Hydraulic, Project Approval (HPA) permit includes project requirements that shall be followed as a condition of the permit for work in and adjacent to Meridian Valley Creek. Some of the provisions Include the permitted work window of the wetted channel, start of work notification requirements to WA Dept of Fish and Wildlife staff, and minimization of construction Impacts to the creek. The US Army Corps of Engineers Nationwide Permit 27 and 33, regulates fill and wetland activities for the Meridian Valley Creek project. Some of these conditions Include construction sequencing, standard conservation measures to limit construction impacts, and notification to the Corps offices if historic, archaeological or cultural resources are discovered. Both the HPA and Corps permits, including, .the Corps permit attachments, are available online at http://www.cl.kent.wa.us/procurement/ under the Meridian Valley Creek Enhancements project header or at the front desk of the Public Works Engineering offices, located on the 2nd floor of the Centennial Building, at 400 W Gowe St, Kent WA 98032. END OF ADDENDUM No. 1 Y had Bleren, P.E. Date City Engineer 3 3 0 MAYOR SUZETTE COOKE z 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 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Meridian Valley Creek Enhancements Project Number: 10-3008 BIDS ACCEPTED UNTIL BID OPENING June 26, 2012 June 26, 2012 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR WAst�� G�r 4et KEN T °� �£�sTti�1�°�,� •z �Ss�ON qL 1 a W A S H I N G T O N BIDDER'S NAME &C. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Meridian Valley Creek Enhancements Project Number: 10-3008 BIDS ACCEPTED UNTIL BID OPENING June 26, 2012 June 26, 2012 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY ]. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT W A S H I N 0 T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy 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 Combined Affidavit & Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions 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 June 26, 2012 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: Meridian Valley Creek Enhancements Project Number: 10-3008 The project will improve 460 LF of an existing creek channel to enhance habitat conditions and reduce flooding potential. Included in this project are: recontouring of 210 LF of the existing creek channel, excavation of 250 LF of new channel with stockpiling of suitable topsoil, installation of 20 logs and root wads and planting of approximately 500 trees and shrubs and 700 wetland emergent plants. In addition, construction of a 195' long, four foot high cast-in- place concrete flood wall with associated storm drainage is included. Temporary bypass of stream flows and fish removal from the project site will likely be required. This work will occur on an active golf course. Coordination with the golf course site superintendent will be required. Bidders must have successfully completed at least three stream restoration projects and provide project contact names and phone numbers. The City's choice will be based on the most responsible bidder, which may not be the lowest bidder. The Engineer's estimate for this project is approximately $200,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856- 5508. For technical questions, please call Matt Knox at (253) 856-5551. 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.kentwa.gov/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 sixty (60) days after the day of bid opening. i Dated this 5'� day of 41g 2012, B �c Brenda Jacober, City k Published in Kent Reporter on June 15, 2012 Dail Journal of Commerce on June 12 and 19, 2012 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date /,ho Zdo, 701a This statement relates to a proposed contract with the City of Kent named Meridian Valley Creek Enhancements Project Number: 10-3008 I am the undersigned bidder or prospective contractor. I represent that - 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. TERRA DYNAMICS, INC. NAME OF BIDDER � � r nature/Title _ TINA SCOCCOLO PRESIDENT PO Box 2479 AUBURN, WA 98071 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Meridian Valley Creek Enhancements/Knox 1 June 5, 2012 Project Number 10-3008 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the Clty's equal employment opportunity policies. The following questions specifically Identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, It will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors Indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirementsreferenced above. Dated this Z ;Jy 2012. By: _ For: TERRA DYNAMICS, INC. Title: PRESIDENT Date: ✓vh,� 2 G , ZoiZ Meridian Valley Creek Enhancements/Knox 2 June 5, 2012 Project Number 10-3008 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding 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. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Meridian Valley Creek Enhancements/Knox 3 June 5, 2012 Project Number 10-3008 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that TERRA DYNAMICS, INC. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Meridian Valley Creek Enhancements/Project Number: 10-3008 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: 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. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). 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. Meridian Valley Creek Enhancements/Knox 5 June 5,2012 Project Number 10-3008 SCHEDULE I - EARTHWORK, CART-PATH REPAIR, MISC. ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $t-1,SCx).O4 171'500•c10 WSDOT LUMP SUM Per LS 1005 9-16.5 1,200 High Visibility Construction $ �• �fl $ 31240.O0 KSP LN FT Fence PerLF 1010 9-16.5 150 Tree Protection Fencing $ �v• zs $ G137• S-o KSP LN FT Per LF 1015 2-01.5 0.75 Clearing and Grubbing $ 1(0,Jg7a.oq 12�14L.ZS WSDOT ACRE Per AC 1020 2-10.5 460 Channel Excavation Including $ 'ZI. c7O$ (P&O. o0 KSP CU YDS Haul Per CY 1080 4-04.5 200 Crushed Surfacing Top $ 30.0" $ (01000.00 KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 200 HMA Class 1/2", PG 64-22 $ t40•00 $ Z8) 000.00 KSP TONS Per TON 1320 8-30.5 1 Project Sign $ SCas-00$ S(o�S.oo KSP EACH Per EA Schedule I Total $ 75' Meridian Valley Creek Enhancements/Knox 6 June 5, 2012 Project Number 10-3008 SCHEDULE IV — CREEK BYPASS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 7-00.5 1 Temporary Creek Bypass $ (+,000.00$ 14j000.00 KSP LUMP SUM Per LS 4005 7-00.5 1 Supplemental Creek Bypass $5,000.00* $5,000.00 KSP FORCE Pumping Per FA ACCOUNT *Common price to all bidders Schedule IV Total $ (q 000.00 Meridian Valley Creek Enhancements/Knox 7 June 5, 2012 Project Number 10-3008 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 100 Traffic Control Labor $ +}S,-7S- $ 4,S7S,()0 KSP HOURS Per HR 5010 1-10.5 96 Construction Signs Class A $ lD.00 $ q(00, 00 KSP SQ FT Per SF 5015 1-10.5 20 Traffic Control Supervisor $ SS.Oo$ OU . OO KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ -72 S,c7U$ KSP LUMP SUM Devices Per LS Schedule V Total $ - 3GO,UO Meridian Valley Creek Enhancements/Knox 8 June 5, 2012 Project Number 10-3008 SCHEDULE VI - STRUCTURES ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 6-11.5 195 Cast-in-Place Concrete Flood $ ZSS,OO$SS�S-7 KSP LN FT Wall Per LF Schedule VI Total $ SSA S-7S. 00 Meridian Valley Creek Enhancements/Knox 9 June 5, 2012 Project Number 10-3008 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 0.75 Seeding, Fertilizing, and $ IiSOO.00 $ 1 i (2 5. 00 KSP ACRE Mulching Per AC 7005 8-01.5 300 Filter Fabric Fence $ 3.50 $ 1 1 050 . 00 KSP LN FT PerLF 7010 8-01.5 290 Compost Filter Sock $ 4, $ g, 50 KSP LN FT PerLF 7020 8-01.5 1,000 Straw Mulch $ 025' $ ZSp,Oo KSP SQ YDS Per SY 7025 8-01.5 350 Clear Plastic Covering $ 1 0-7S $ KSP SQ YDS Per SY l 7030 8-01.5 5 ESC Lead (2© $ , 00$ (vGo•Ob KSP DAYS Per DAY 7055 8-01.5 1 Temporary Erosion/Water $5,000.00* $5,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders 7060 8-01.5 1 Baker Tank $5,000.00* $5,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders Schedule VII Total $ «�G 8�• 00 Meridian Valley Creek Enhancements/Knox 10 June 5, 2012 Project Number 10-3008 SCHEDULE VIII - RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8000 8-02.5 3 Oregon Ash $ F7 'O $ SZ.Sd KSP EACH (Fraxinus latlfolia) Per EA 2 Gallon 8005 8-02.5 1 Sltka Spruce $ 17S6 $ 1-1.SO KSP EACH (Plcea sitchensis) Per EA 2 Gallon 8010 8-02.5 3 Douglas Fir $ ,-7.SO $ 52• Sp KSP EACH (Pseudotsuga menzlesii) Per EA 2 Gallon 8015 8-02.5 3 Western Red Cedar $ 11.Sa $ S2-SO KSP EACH (Thuja pllcata) Per EA 2 Gallon 8020 8-02.5 68 Red Twig Dogwood $ $ -799.00 KSP EACH (Cornus serlcea) Per EA 1 Gallon 8025 8-02.5 69 Black Twinberry $ [ •— S $ 6to.�S KSP EACH (Lonicera Involucrata) Per EA 1 Gallon 8030 8-02.5 12 Oceanspray $ $ [ i • ©o KSP EACH (Holodiscus discolor) Per EA 1 Gallon 8035 8-02.5 39 Tall Mahonia $ k2.-7S $ KSP EACH (Mahonla aqulfolium) Per EA 1 Gallon 8040 8-02.5 47 Pacific Ninebark $ $ SSZ, ZS- KSP EACH (Physocarpus capitatus) Per EA 1 Gallon Meridian Valley Creek Enhancements/Knox 11 June 5, 2012 Project Number 10-3008 SCHEDULE VIII - RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8045 8-02.5 28 Baldhip Rose $ ( I.-7S $ 329. 00 KSP EACH (Rosa gymnocarpa) Per EA 1 Gallon 8050 8-02.5 94 Nootka Rose $ 11.75' $ (004, SO KSP EACH (Rosa nutkana) Per EA 1 Gallon 8055 8-02.5 23 Red Flowering Currant $ 12 • -7S- $ 793.ZSS KSP EACH (Ribes sanguineum) Per EA 1 Gallon 8060 8-02.5 19 Thimbleberry $ ( I.TT $ 223.ZS� KSP EACH (Rubus parviflorus) Per EA 1 Gallon 8065 8-02.5 29 Salmonberry $ l (•IS ' $ 34o.-7S KSP EACH (Rubus spectabilis) Per EA 1 Gallon 8070 8-02.5 56 Snowberry $ 1 •7S $ 6758.CO KSP EACH (Symphoricarpos albus) Per EA 1 Gallon 8075 8-02.5 175 Slough Sedge $ -ems $ S13.-7S KSP EACH (Carex obnupta) Per EA 10 Cubic Inch Plug 8080 8-02.5 175 Common Spikerush $ �•�s $ KSP EACH (Eleocharis palustris) Per EA 10 Cubic Inch Plug 8085 8-02.5 175 Hardstem Bulrush $ $ S- KSP EACH (Scirpus acutus) Per EA 10 Cubic Inch Plug 8090 8-02.5 175 Small Fruited Bulrush $ 4 •(-,S $ g 1'3_-7S KSP EACH (Scirpus microcarpus) Per EA 10 Cubic Inch Plug Meridian Valley Creek Enhancements/Knox 12 June 5, 2012 Project Number 10-3008 SCHEDULE VIII - RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8100 8-26.5 200 Spawning Gravel $ 3�6•gS- $ -71-7c10-00 KSP TONS Per TON 8105 8-26.5 20 Cobble/Boulder Mix $ loZ• SO $ 1 z SO -OO KSP TONS Per TON 8110 8-27.5 120 Wood Chip Mulch $ Zq , 00 $ 3'}gp. 00 KSP CU YDS Per CY 8115 8-27.5 40 Compost $ 4--7•S0 $ t IG 00.00 KSP CU YDS Per CY 8120 8-27.5 190 Topsoil $ ZG1- So $ s�(o�S, oa KSP CU YDS Per CY 8125 8-26.5 14 Log with Rootwad $ (vZ0,00$ O,Co$0•00 KSP EACH Per EA 8130 8-26.5 4 Rootwad $ 235.co$ 940.00 KSP EACH Per EA 8135 8-26.5 2 Digger Log $ 5So.00s k) k00. 00 KSP EACH Per EA 8140 8-26.5 28 Manta Ray Anchor $ Z--1(3--00$ '7)-7©o- o0 KSP EACH Per EA Schedule XIII Total $ 471, 00 Meridian Valley Creek Enhancements/Knox 13 June 5, 2012 Project Number 10-3008 BID SUMMARY Schedule I - 00048.7s Schedule IV 9 000.00 Schedule V �� ��b. OD Schedule VI SS, 57S, oo Schedule VII 14, 9 8l0.00 Schedule VIII 47o ld-2-4 . Oo TOTAL BID AMOUNT ZZZ, Sg3..7 S .41 -s +40!° L`ato 1. Meridian Valley Creek Enhancements/Knox 14 June 5,2012 Project Number 10-3008 f CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Meridian Valley Creek Enhancements Project Number: 10-3008 /// Subcontractor Name J /l — J�tnbL1U`1 C 4!'! f�y�Gfavj Item Numbers Ar/ GODU Subcontractor Name 6.5pLi� Item Numbers Q / �aoof Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers 1 CONTRACTOR'S SIGNATURE- Meridian Valley Creek Enhancements/Knox 15 June 5, 2012 Project Number 10-3008 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: TERRA DYNAMICS, INC. Project Name: Meridian Valley Creek Enhancements Project Number: 10-3008 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: Plumbing Subcontractor Name: /VoN.0 Electrical Subcontractor Name: A-1e".E C -z:z7_,a4 JyA,/C Signature of Bidder Date Meridian Valley Creek Enhancements/Knox 16 June 5, 2012 Project Number 10-3008 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 ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to Its citizens and its taxpayers to administer Its budgets and complete its projects in a businesslike manner. Accordingly, It has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make Its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any Information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of Its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mall, 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. Meridian Valley Creek Enhancements/Knox 17 June 5, 2012 Pro]ect Number: 10-3008 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies u r oaKis the in7formation provided herein is true and sufficiently complete so t a --`^ SUBMITTED BY: NAME: TERRA DYNAMICS, INC. ADDRESS: PO Box 2479 AUBURN, ILIA 98071 PRINCIPAL OFFICE: ADDRESS: 34721 1J VALLEY Hwy S ALGONA, WA 98001 PHONE: (253)880-3100 FAX: (253)880-3109 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Indust/r�ies certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. (00/ 030 7-,;�¢ 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsecticn. f��ac. df 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). A.-#a,,/yd Meridian Valley Creek Enhancements/Knox 18 June 5, 2012 Project Number 10-3008 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 7-7 2.2 How many years has your organization been in business under its present business name? Z7 2.2.1 Under what other or former names has your organization operated? Nop-r-- 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: ` I s - i9 87 2.3.2 State of incorporation: �it/A6fI�nlc,To./ 2.3.3 President's name: //rrsw SC me-`-04-0 2.3.4 Vice-president's name(s): -uot- 2.3.5 Secretary's name: 2.3.6 Treasurer's name, 2.4 If your organization is a partnership, answer the following:-^14- 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:_AJ,+- 2.5.1 Date of organization: 2.5.2 Name of owner. 2.6 If the form of your organization is other than those listed above, describe it and name the principals: -/vA - 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. 70, STiS:� He.-/�epvt- �anfT2��c;e %��9_F?.oi-.JC3YL7' 3.2 List jurisdictions in which your organization's partnership or trade name is filed. _ N - 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Lo,./s�rgvn., ,A_ GvFTL,#1"/0 N1rTi&*no,,.1, />f cs 6A1F*_/ 5v0e6e-F" loA./sT0L1c7'1a^J F2oS,o, / eo^_rr/ e 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? /,/o 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? /1-/0 Meridian Valley Creek Enhancements/Knox 19 June S, 2012 Pro3ect Number 10-3008 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? /Jo 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.) �.-/o 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. 19&CAu1 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. A7�-a� 4fd 4.5.1 State average annual amount of construction work performed during the past five years. */0- // ioic c✓a,./ 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 49-f/acdud 4.7 On a separate sheet, list your major equipment. �c S. REFERENCES 5.1 Trade References: Ae-16& 7oPso/c-j- /�iqc/FIG Pc�s,�rrS 5.2 Bank References: 5.3 Surety: O�ERsE SEE i�n�9c�/�o 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that Information. The City's request for this information shall not be construed as an award or as 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: Meridian Valley Creek Enhancements/Knox 20 June 5, 2012 Project Number 10-3008 Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued Income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 26u day of hNE , 2012. Name of Organization: RA DYNAMICS, By: Title: PRESIDENT 7.2 TINA SCOCCOLO , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed11c: before his TH day of , 2012. Notary Pub • f?TEqMy Commires: 12- -2014dP y: Or m� PV ARy rn NAC ,s p•:0 .• �1 Meridian Valley Creek Enhancements/Knox 21 �/, A3H1N ��`, June 5, 2012 Project Number 10-3008 ��fill If11P DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW-AS ' _ CONST CON 'TiR LANDSCAPINO TERRADYNAMI€S INS PO BOX 2474 AU8lJRN WA 98¢71-}876 � � 'Verify Workers' Comp Premium Status- Employer Liability Certificate Page 1 of 1 Washington State Department of 4 51ATf, Employer Liability �` Labor and Industries :�� �,, Certificate • 1 s � } Department of Labor and Industries Employer Liability Certificate Date: 06/26/2012 UBI#: 601 030 794 Legal Business Name: TERRA DYNAMICS INC Account#: 481,671-01 'Doing Business As'Name: TERRA DYNAMICS INC Estimated Workers Reported: Quarter 1 of Year 2012 "31 to 50 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: TERRADI133LT Expire Date: 1/25/2013 Account Representative: T5 /TERRI MADISON (360)902-4654 - Email: KIRT235@lm.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). https://fortress.wa.gov/lni/crpsi/AcctlnfoPrint.aspx?AccountId=48167101&AccountManag . 6/26/2012 n BUSINESS LICENSE s STATE OF WASHINGTON J Unified Business ID #: 601 030 794 '3 Domestic Profit Corporation Business ID #: 1 ;> Location: 2 � Expires: 06-30-2013 , P TERRA DYNAMICS, INC. 34721 W VALLEY HWY S .ti ALGONA WA 98001 4321 j i TAX REGISTRATION UNEMPLOYMENT INSURANCE 7 1 INDUSTRIAL INSURANCE NURSERY WHOLESALER SEED DEALER I" CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS #90522 j NEWCASTLE GENERAL BUSINESS ± DUPONT GENERAL BUSINESS #430 OLYMPIA GENERAL BUSINESS 1 LONGVIEW GENERAL BUSINESS #777499 ; COVINGTON GENERAL BUSINESS kk LAKE STEVENS GENERAL BUSINESS Fa F; SUMNER GENERAL BUSINESS s� t; MARYSVILLE GENERAL BUSINESS #310000N309 t ISSAQUAH GENERAL BUSINESS t GIG HARBOR GENERAL BUSINESS SAMMAMISH GENERAL BUSINESS LICENSING RESTRICTIONS: j 1 Not licensed to hire persons under age 18 at this location. i F I k \u 7 s t This document lists the registrations, endorsements, and licenses authorized for the business �r1 s named above.By accepting this document,the licensee certifies the information on the application i (; was complete,true,and accurate to the best of his or her knowledge,and that business will be 1, conducted in compliance wit�allapphcable Washington state,county,and aty regulaLons Director,Department of Rer --'fir"—='sT - — — TERRA DYNAMICS 114C June 26, 2012 Mr Matt Knox City of Kent Public Works City Hall, 220 41h Avenue South Kent, Washington 98032-5895 RE. Meridian Valley Creek Enhancements Project No 10-3008 Mr Knox, Terra Dynamics, Inc. is not and has not been disqualified in the past 3 ears from bidding on an Q P Y g Y public work contract under RCW 39 06 010 or 39 12 065(3) Terra Dynamics is not a subsidiary or affiliated with a company with major ownership or control. Regards, Lyn Ritchie i C on er Terr Dynamics PO Box 2479 • Auburn,WA 98071. 253-880-3100 • Fax 253-880-3109 s Le) Lf) V C L L L L L L L L L L L a a cl n n n n n a a .� cm rn .i Lo 1-1 m m a) O o m cD 0 v o of Ln m Ln Ln r O Lo N Ln N O O O O O N LO O Lo O N m m m .1 N Ln m to 00 r r �i IH N N O V o �r 'i m m V r c 117 r o co am O co cM O O m rt m a) N r m LL c,4 Lo Ln Ln Ln v r r ri 1 11 00 00 00 Cl) ch co N N Ln 00 r rn Ln Ln c+l c+m r rr Ln r+ Ln -f rn rn rn Ln rn Ln m cD m v c N m N N Ln m m m Ln m Ln m m Cl? rr 1 r %T r r m m o CO o0 Ln Lo (n m Ln Ln m V� m 1 Ln mco Ln cb Ln cb (D Ln Lo L I Ln Ln N N O O N N N Ln N Ln N N O N O N O O N N IL N N V ITLo Lo cf V V Ln V Ln V �t (N V N V N N V V N 0 m 00 d a a 0 a E m W N J z — a O N C O O m a) m Ln O O > > C c0 +" cn j Y .1 O O O O r O O O O Ct pc Y n .- 2 0 t 00 c 3 c 3 c o .- .1 r t 1 r— 2 m m C7 C O m L j N 2 Lo O N t-I O N 0 0 � ` D O ` a) O y m _ r Cj � cOJ m W O 01 C j Q) NO 00 ` N ON ? ¢ N O 00 N 3 DD O [n O 6m7 E o rn rn o 3 °' > c0 ¢ coy m °� N C N o N 3 o u ¢ o u ¢ o a m ¢ Li m m ¢ m ¢ 0 3 s a' ¢ c `m ¢ c `m ¢ o a V z 3 z 3 c L ¢ . m 3 o ca (D c m ° 3 � o c n0 3v � 3c°� � 3c0o 2J 0; 2J 0 � 03 c � o y o a Q arc O c Y x c i r c d w 0 w � ¢ c') 3 i a 3 a = D ci U x c N m N � c x m 0 E m > c N c N 2 `i 0 p a) 0) Z. LO m m s Q O; U O at0i = o ro m O n m m o 0 m LD > m Ln > O o O o c Q) o C V aa) m .1 a J O cn a n C7 m r a m m m C7 w C7 1 w m z m 1 m z m -i m C7 m m Y a uli O Fi a O N m N H Z Cg � m CD o co Ln VLL U z N O 0 0 r r r O �p L0 a) a O 00 O m a+ y O 3 O ON O O O a� (mD O O o z 3 chi 3 3 3 a cr0 a. 3 3 chi `' O 00 0 ¢ u m a m cl � rn a c E V (L m LD 3 Ln y E n0 F c N O O an O J C f`0 W .t. (n U 00 CV m CO 0 00 aLo0 a v N L w o c s m y lL7 CD m0 =O CN �, 'oo co LO m L Z ^ Ld m m w J m U 1 c V m E = .o a .a a, — cn 0 > > O O 3 7 > 3 a` `o cn m m m m to m m Ln C Ln Ncq j 'o W c ` O O N m N N N N N N m N W Z, Q Ly G9i {l3jj e 1 a i e e e e e ei r a 0 O O O O O O O O O O • ' Epp N N N N N N N N N N N �© h C 47 N U NM ® K O O O O 0 O O LO O V m a C? e9 O O O r 00 O m m m O V m „ ,. o 0 o m m o r+ o o m m ,.L m o c o Lo o Lri o ri Lri v o � r 0 Ln o c o r 0 '1 m N o cD v � N IL N f- o E N 1-10 m � Ln o N N m c) a n cl a a Lo 00 Lo Lo M 0) O LO Lo rl O m v m m r o r m m o O x LO m m a rl N Lo M V N N m m m r m r co r m �i a m N Lo co N Ln r 6 co v v m r m v r rn m m v rn rn m in m (M N m r M M (D (D o cn (h (n m M o Ln o 0 o m LO Lo N N 0 Lo (D N N (D O m D. N N V V N N m V V (M M c L� LO m N E N Q Z o 'a y a m a U 0 O p Cc LO m r 0 00 m C C.) O W m C N m ] O 00 (000 cc O E 0) O1 m h r m 00 Q 00) Q E¢ m mN > ( LO 00 10 ` 0 o M (o0 ad = a m j ? U o m o a v v a cn ri mo co � m � `3 ms 3 fD Q 03 CD O o = 0 O am) NN m O = a� •-� 00 m 3 N v a Y o (n D_ (n V Y a Y w m c W O Z LLJ c (D p Q z a E m o 3 N F ' O = 00 3.c o N N Z � U Z 00 00 U pp a1 Z a U 3 U Y O Y O O O O oU om m tJ c cca (n 6 Cc CQ N N O O N 1 O N 2 N—5)j N N � m a F- aD F- a Y m t C (0 a) m W yQ = O M 0_ O C m m O m E m U 'C d1 D_ X N C m 3 O m N w d O y Z a) "" a) (o O U Z (n W m 3 Q QCV. U N r O Q W (n O — M W (n O m a wm 0)a a m a a a o E a c (n cn a` m m a` cn m mo 3� a o m �N C fa C 7 y .0X � c�q � N N N M m Cr M V e-I W� Q � O O O O O O O O LL • o a E N N N N N N N N N 1� O r� Ny3 N r1 coo co N 0000 V ((DD N O co O O m m (D m O C6 LO M LO H m � N N U E V m � � (D ( N r Q v i T n Q. a n n n a ' a a 0 o N O O v 00 m 00 m m () m (m 00 m LO O c 0) 0 vLn oo mo m0 cno mo mm I- x o) 0) o o 0 V Lo rI Ln ci 0 1 Lo e-I Lo ci ci m m N N N N T-i m (D V (O V (0 V (0 V (0 V 00 N LL LO Ln (") C� (7 M N (O N (6 CV (O N (O N (0 (D (D \ 00 00 m Cl) 0) Ln LO V LO V In V LO V Un qzt m LO G N N V V ti V V (0 V (O a (D V 10 1 (D V v O LO In LO LL7 (D Lo Ln In Lo Lo In Lo LO LO Ln 6 O O L N N N N O N N N N N N N N N N N (D (D a V V V V N V V V V V V V V V V V m m 10 m 0 WN w m ci z n z o CN moo, _ > o U C m 0 m d 9 W (O c C N Wvi M c ? N m a0% o tio 0) o CD o 0) o 0) o 0) o Z C.) m w 0 0 O D O D O D 00 0 O t,j ¢ N J 000 0 00 0 00 0 000 O 000 p 00 0 J E co rn s m 3 c a rn a rn a 0 00 O) a rn a m a r- m a E Ln a Y >¢ m d Y a s 3 U o 3 U 0 3 0 3 U 0 3 U o 3 0 a < y O O > 0 m N C �+ LL c-I " m c-I Y LL ci y LL ci lL Q ¢ F- y C—) r > 3T �1 � mUx � max � m0x � m0x = m � xDMCc c 3 v ° n U) n t m 00 (D c cop y a coo p°p y O pop a'i a b aa)i Un o a o c r o m .0 m m m a m a m N U p m o N (D m o mq d = o O 0 = o o 0 = o O 0 = 0 0 w = 0 0 0 � O 11 m Y c o 3 N m z a ci m 0 m a m Oa m a m a cc n. an d 0: a m Oa ¢ a m oa O m J O00 u a m C O alJ.7 N^ QnUacTip Oti 0p 0 .1 .-1 C0L 0 7 ao 0 co m U) ULLI N m U U N ( ZW O N z a 0 (O*)mO M (D � (D (n m 0 3 3 p a s u a 4t a a u a LLI u N LLLI 0 N U a LA c c s Cl) o w c n a > O m mCO m a pc O 1 0O 3 G 0m cc m U b0 N C J Y a1 N m ._ m 0 3 (`a m o r > a N m a z U to > Q N to 000 a 0011 G c 0 0 a cC cr ,0. ¢ CC m m a m m m m m J _ ' Up E E E E E y _ Y U c (E W m j N (0 N [w n 0 ao o > c o > > L p J_ c U 6 6 Q 6 Q V O C C C c c O O O m (n z (n m (n — (n (n Z 00 a m E E E E E E E Ln - m a` N L- N 2 � m Q LL m c W` • • («0 O O O O O O O O O = pp ON O COL O O O O O O m Y iA 0) 00 � 00 CAM r 0 �, (0 N Oenm m c O 06 00 to '-I Ln (p p L/1 0 c = m 00 1� o O m 00 (D ci n. N - O 0 V +-I N m 00 LO LO ct m U Q ri C1 ri ri N cn O 00 cm O N N li v v m 00T-1 (n Ln co (n O O 1-- 00 r 0 co o O m T+ v cn cm (n (n N o N m r 0 0 � M (n ri m 00 N m v c M co in M N N ci M N N x m m Nco v .1 �ico 0? 0 0O0 0) r r0 000 Nc?) m LL co cb N co LO m 11 Oo Oo (n (h cn (o Oo 06 co to 6 in m LOLO a cm) CY) mI �icn mm mrn 0) 00 cnr r c V V 'IT (u IT c* V V N N N N N N co M V V In in O OO O In 6 In 07 (b (b m m 6 lb 6 07 In L6 O O (b (b L O m N N N N O O (n In N N N N N N (O (0 O O a m m V V V V N N N N C C V V V It m m N N m c d m O t N = W O 7 Z N U Z N m 0 m O J C U O N L C7 O s L N m O O In p (n (� (n m N O LU N c N c'J.) Y N M 2 04 O pC m C W c 2 `= 2 (n ❑ p m0 p O O c LLI N N U c o Z O — M r m 00 m > c c� (b N (n r 00 O Z 0 00 d O J (O O S CO T 0 ; 3 E ¢ V _ O >' O p O J O m ei E U o E LO cL CO c 3 0) w N c 000 j m 00 C 3 0) m 3 a E m v O00 c "00 W U f0 0 Q 2 m -O Q ¢ C O y 3 ¢ 0 'O Q � O N U C a 0) � O Q `o c c ¢ `m CY) 3 v cc 3 n m 3 m °1 ¢ c s 3 c m 3 m - c ¢ `m m 3 c p 3 ch c LL .1 ai c m min m m 3 ci CO CO LL (0 U x J O O C `1 0 m > V Y J C +' c G F x c m m LL x m 3 m �° N U m a m N c fA r C CO Y c 0 U 3 0 C LL N r c m O m Z N O m Y O O O ci (p O O O 0 .Y. O O U) V O U (n m N 0) O — O N O O O O O '1 m O O 7 a ❑ coJ0ao: 0_ m ¢ mr01 (n r (nliaYamc0mrrt a3a ❑ 00 � c_' a r- Z N (U`0 O O o n a m . n W N U p J p CC CY) C W Ian (m0 O J m m LLJ ' (-) Z U (n CO O c r U Z J n \ M r— fn (m0 coD r U C (b N � IL o z m m r m 0 (— 1 r p o m (n M �-( Mo N N O N c a7 O 0 nU0 � CO a 0 m 4t p p M m 3 0 N M M c O p 00 p U O 0 x0' 3 (U) 0_ m 03 3 Y c) 0' as 3 u = m W IL N J s W m a IA o o m c d > O U O C ❑ U ❑ m ca v O c O c c ¢ m o L m N O O — U U J Z 0 C In > N m c7 x O in N cLLIuj m ❑ m i 3 Z J J N 7 O N 00 U) N J u N O cl V d N (�O 2 p 2 Cl) m « LL a)co 4 r 0 = 6 N ,- Y O N m t m VO M �O c > m 0 LO LO > 0 N C OD Q z N (n w> U) U) w> 2 z° Q N N N N O a a L 9 L � 00 E > > > > E en a` a` Cl) a` m M Cl) m a` m i N Xic 7 m (a c WZZ Q u C a) r r O • • « 0) 0I O O 01 N O O O 0 O O O 0 O E N N N NNO OO Om N 04 U N � O x0 00 0) V N N r m m 0 r co n m 00 m n cn m m m 0 m V V CY) (O r W r ci r In M O f6 m c I� m N ( Ol 07 (O ci '7 N � ((n N m M a a w a a LOL a Id a a a a o co0 mo LOo r1-1 000 ON 00 cc vco v o 10) vN 000 0LO NLO coo vo liv Lno (C) 11 (n m r LO N N (D 00 Cl) m 0 O � rI V vm r( m h N m C co 0) r1 cn m C? co m m N N cn m C? 0 L0 v lL 1i c-I (: ll� r r LC) In U) V ci rl m ro ci ci 00 m N 6 m LO cm m m cm r r m m r r c0 co LO LO VH .i N N C Ln LC) LC) Ln 00 00 LC) LC) Ln LO Ln LO :1* q Ln LC) N N r r O LO 6 (h CM LO Ln (D (D CA Cn m m LD m LO to C� (M (D (D L N N LC) LO N N O O O O LO LO N N N N Ln LC) O 0 1 N N CT N N Ln LC) N N V V V N N N N C N C O O C E N N Z (0 O O O = O 0c WC O N (0 N Op 0 Lll l_UO 00 C > 0 n o O x 1 m m n 2 U) c E o o m a I (n o` w }' O O (D ei 1 -O CO E m N U i� ON N Q 0) T m c 4) 3 U) c ) o r O c 0= V O .; 0 ` m e CN O O (D N Q) O O a) O Ui > r 0 M �, 00 d U U > N O O V Z m W m c1 O O ❑ O � (0 (0 Q > N N Q V U N (0 chi i C N 00 m o0 CP c m U > FJ C a) a) O •- (q E (A (A o. Q ai O U (A o = (A s N 3 E O c U c m ° L 3 6mi fA U � O LC) >+ O m Q N >� �.. (n �. U U IL o f Q c c 3 ❑ a0o Q c c o 3 " ? 3 0 (na d c E f0 Q .�� aci Q a Y Q fA s " C C w c�0 N fli Y N a C (0 fn m > U r w 3 N j ?� C0 � U c > N Q) cm (c E 0 z a o m o Y E () E O w d m ~ c0 a co Y coi o CO a O) U U (0 LC) N c m Y x 0 m O U N o ❑ fn a 'O >' CV — 0 c O0 m H c ' f a camm wU(D Q � w U m r Cl) a ¢ � U) � aUW n Z U O N w 0 O o 0 O li U a E U 1, m W N (0 O N O O V r W \ E c 0 0 n O Om) LCD tn O m Om) N c a 0 z o � m r � r cc CO co 0 0000 O c U r ,� m o O O E O O U O O N N O O LO E O ❑ ❑ 0 O ❑ ❑ ❑ b0 rl u Y c0) c5 ) 0000 3 3 U) 3 3 Y 10 H u W J Nc O N O Q L 0 00 = m O � tY1 N � Y c-I c-I L T CC myLn C14 c ~ Z Y .O f0 c m N 3 3• c 3 2 > (n � in co m Z 2 10 «O L )z 0 Ln N y C y Z _ > Z n N U E N CN c [/► I� O O O E O) m c m o •1 0) (A -00 V H w O m 0 (n my O ni C7 (n FO- (n (n Cn 2 00 cnO o O > oD a > > > c c E E c > M _ cn U) (n (n (n a a U') U) U)L N .a X m 3 to W Q C LL ) 0 0 0 O O O 0 m 00 CP 0 • • Y N O O O a-I 0 0 O O O O O = E O N O O O O N O O O Q N M O U O mo°Do +n or CD 000 N 0) o � rn (Y) v f'i .. co LO .1 0 00 00 li r LO co M N N c Ln c-I V OS C`7 (r CV 00 N V No c n co r a m 1 m LO Lr Ln f- U O N N N m V O N LO Ce) N Q � L r+ (n (n 0 (n om mm m (n oo (D U) (n0 N (o 0) (n N 00 r co r 0 (m 0 (m o ci 0 ci (m (n o m r 0 x m m .i m ci (a to .1 (n 14 r r .1 ci m v r (D 1-4 N r r m N m N (D v (0 V V v M m r 00 v y r LL In 6 CO CD (6 (D N (O CV O 00 00 c-1 ci (n 00 ci r CV In (n (n 00 1n 00 (n (n a 1n V 00 00 (n (n (n V 0) (Y0 r (A N N v V q v v m v (D (n (n (n m (o m (m m N m 0 (n 6 o 0 0 0 (n (n 6 (o m 6 (h (b (n (n (n (n Ch r L N N co (0 (D (D N N N N m (n N N N N N N (n (n LL v m m ca m e N N -4 a V V V N N (� r00 N O O O NO ¢ e E p ci p ci m T t O O Z N N U N ei N O N O 7 J c > m U 0 cn N n U „(D m '-' U 0 ~ O O Z O Z O 0) O M C a) p3 m LO c U r n p r c ci r N U C O .- .� .� O «. 0 0 O a) 0 O 00 O c +, In C U N c (D f0 O (0 O O O C N E O m (0 O U U O 00 O J `1 O J Ti O 00 0 00 = U c N ON0 o 00 EO N Off) c-I E m n E 0 a E (n n 0) n rn U w r 00 IL N LL m ¢ U m U a U m O ¢ U (0 O ¢ c p N n m ¢ .% 00 ¢ �. N ¢ ¢ O 0) O) H c a) ¢ ° ¢ m m 3 m m o a ° E n m 3 (D C , 3 m` 0 ¢ 3 3 ai c LL 1 C) s V o 3 c ci o Y m N r m 0 c 3 c m LL M LL Cc x 3 m x m w o x m is E ei m 0) ¢ Q) `m a`) 3 m U ., a� x ai U 3 U) (0 c O U (O0 c ON O m a m N N co N 00 O '-00 >' 04 p° 67 c In C7 M �CCS O LL = U Q)i = o " = O E M = 0 0 0 D o O d m o 00 � (n a) m O � o = r � (�6i O aa)i F 0 Cn U) d' O' m 00 J O' 0] 00 J O' X D_ m O' X 0_ m 2 0) ¢ �-1 w Y LL O_ m ci N 0_ (n 0 0 0 CL mCL m. mCL W N O O O CY la0 �En. CD Z Z V � (0 rLLJp1 E (O m (D J 0 (0C -o 7 cM ( Z O ( (D 0 LO 00r ` O N 0 ° v r op u ti Com E m U ¢ U) 1H 1 0 a s 0 o w m F 3 a ua xO 0' � Um m0 <noa � 3 W Y N J m H N Co _N Y Fn N O > ` C tr m p a O r 3 s 0 b9 cn J f0 O t = a° m 0 d m ei u m c c a ° 'a E E c a E a°ai 0 N a) m ° U N U N > w E E s (n 00 t t m 0 > Q m a) (r / a� m ci N ZS O' ,c Y 0 N V o � z z 00 (�n° (n umco i i QOD (n a a) a) d m a in E E E E > > > E ( ) — (i m m m (i m L ry c m 2 *0Q LL A 0 W 00 00 00 07 00 (>0 00 00 00 `m m 0 0 0 0 0 0 0 0 0 0 0 no .0EE o CN N o 04 0 0 CA N o 0 0 lmft© N — N U O ca 00 v a (mD o 000 M CO1 Lnn N rn m 00 (n (D O %H () (n OC+ U04 c (p (b m al 05 V 00 C Q) ci N y0 Qc O V' 0) N N m N N V m 0) Qv N a a n n n n n a a n n .� 0 r- O Ln N In O 00 Lo (O 00 0 (y) cn O Lo m N LO O (Y) 0 0 (0 (mo Lnrn oo No or- Cn vOD av vrn a x N N cl N Lo m O N N r` ti ci N M M Ln (O TT Ln 0) O 1L7 M O) 0) N e-I r Lo O O 0) O ti 11 0) Ln C) 00 V N N (C) lL Ln 6 ti r N CV (V O m CO (` ti CV In lf) Lo (M CV N 00 r r L` r r r M (f) (O r 0) CA r r ti (7) V V 00 r (O a co (h c Ln Ln M C? V V 00 V CY) (Y) M M N CM Co m M Ln m 00 0 Ln O (O (D Ln Lo L6 to M M Ln 6L() 6 C6 M CM CM (+) M O (h (.6m L O O N N (V N Ln In N N N (V Ln Ln Ln Ln Ln Ln O Ln Lf) Ln L1 N N V' a V V N N V V a V N N N N N N 00 (N N N •jJ c L a CL E W ( (p E > O Z N 4 J (0 T O m Y n0 (ri O m O c y c N N a 0. N U r = N Y LLn M } N 0 U N >. (� 00 O U (0 3 M c Lu m r m m 0 m U Z Q c a ° m0 rn m W o n N Oo 00 J a E o 00 � 3 0 3 c rn -= a o c m N r- 00 6 0 � 1 °m' °' Oro Ll (a 'W m O c t c m a) T (n Q c 00 3 U > Q 0 0) 0) a�i ¢ `a ❑ Q Oi 0) Q U s Q c00 0 � > 3 � °) 0r3 0 ai � o � m � a o NL U) mCm) 3 03 N N m 0 V a; ci j m (+l - V (07 > (0 (ri m 3 - N c m o -0 m U r� p. a; ° Qm o Cd 0 0 o u � o c a CY)11 � L � CD c a a a � N - 0) 3 o 0 E � o � m m E oC c m 3 E m CO n m 3 0 > m 0 Y C) O) O .O o o m m U co 0 p g 'O o = m m o o (a > p 0 0 o m m o o 0 o a0) f6 � (N ¢ o o N m 3 0 � a0i � � � _ ❑ a r r ( U a a s (n m 3 m (nn (n a (n (7 N 3 3 o 1 r z a a U V r Z Ou N T J m D o a N o LLJ N U a O Cr) N CY) W E (m a ov 3 v 0 > > (O � o ao zc�) (U � � cooZM 0E- z r 0 rn � m (�00 p c L tD O aO U) Lo CY) w OO oa M pO n m a M o U o a a U r �- U U a U 3 U U 3 U Y C U m a u W LU (^ E m m U) cr n L ' wE N c 00aci f0 0 o E o m IL o a 2 .- o > r o w coOM n m a (n yp E 1 E y O O 0 z Y m T U Z o: (n = aL m 0 3 o t m LNn 0 o U i m o�0o c° m V (n �, Q m 0 py. e) d U) eN-I U N 0 N O OD U) a a .a .0 .o a a ,;) a U) L N W QLL c 00 0 O O O O O O O O O p. O O O O O O O O O O O tiE N N N N N N N N N N N O N M m U O O 00 (D CM O O M O O m O O Ln Ca Cp y} N O O o m O O O O V m M O h N Cn O O O O (A r O Ln V (U v 17 O O O O f 0- CN r p E 00 N (m N V m a N LOn N Q co L L L L L L L L L L L n n ,� a ,� n ,� a .� n ,� n ,� a .� a ,� a � n (0 O a O m (Y) 0) V V 00 N O O O m ci Lo 0 In Ln LO O Ln O r m r O V X) r m O 0) 0) V Ln N M m Cl) Ln x Ln o a r m rl N V a R Ln �l 0) 0) to M (v v m C N ei m N Ln r r- I? o � Ln N r N m L- r r 00 r m Li (D (7 C� Lo C� N LL7 00 00 m f'0 v V r r Ln Ln LL) OD LC) Ob a) 0) LO LO (f) r 0) .i ai m D) r r (M m Ln In Ln V Lo C C m r IT qT O N co N (0 �Q (D (D Ln Lo N N ro M M (*) O (O (O Ln LO (0 M M (M M O O 6 O C6 () Ln Ln Ln Lo Lo Ln L O O N N O Ln Lo Lo Ln (D (D (D (D Lo LO N N N N N N a N IN V I V N N N N N m Co.M M N N I V V V V V �t O u o ° > c s o ZE TT a) (� `) O O La m c Lo 0° — rn a Y h a v m c 00 a > r o Ln m m ✓ W c ci cmi W m � h0 C7 C7 c r O O c M (n m y O (� O W O LO m a) `1 r O m L O (D J m CoLO U c o M O 4? O m 00 vi > r M O m N CO :a G: V' c v7 Ln c N C N O Ucr > 00 n O m = (�D N q Q 2 0) c M CO m V O M 0 0 m 0 m E m ¢ 0) c (n 0) Lo w r 00 +o 00 O f0 ¢ 0 00 _ m m U OO 0) O o O u3 ¢ c m o m M D ?� U to 0 0 a M o > Cn ¢ ¢ a N3Y � z3 � o) m(0 0o(°o ¢ b a` ¢ ° co � 3 c m ¢ nm3 nLmn3 3 La) a '' 00(D 000 a) (x ai > 3 a U � a _ c m (o M c 0 x d 0 x «% Q c o N L LL Y > �° m o) N o c cow o o m m m E ¢ a n O c� o o a' 3 Y ) o g) (n x m CO m — o 3 o c c m m L c� 0 m r c CC) m s m m s p N O O V 0 - 0 ¢ 0 O m U Lo m O N m m O rl m — O a) J O O J O O F- U �i r z m li m m 3 m a m u) .1 a Y N > Cl) N (n O U V L- 0 ao r m Y m Y m Z VN ca a U) y E o WW N U m m E E O (D CD (+) OMO (+) a \ E s (D '0 N E Ln r rl Lo N 0- a h A J H r Li m (n 0) r r r r li) N O d O G Z , O C) .r V .r ci T' O O O O r- O m (.y 0) 0 m ❑ O O O r O O O ❑ ❑ ❑ 0 0 N 0 ci VO O m ci A N � a m m m m N M N (50 U) 3 3 3 Ga :3 v H U W J W to n Y cr 00 m O v J a Y c >, m N w N m 3 LU rn a) O m O N a a) a (n LU 7k F- N ¢ L m u) CL 1J l7 m d En0 1c m d 3 m (n _ E L m > CD m z ¢ � > E m E x ¢ > O w o m L E ac) m-1 0 0) N m c a) m E L U 2 c.l — °` m n Y ¢> aNi > z Ln m � m m m L Y o LdM w Ln VCO M ❑ Ln LU O J n V cr 0 V m O O, G, z r w E N U w m a � v\) E a m m m m s � — > > > > > (y i m (n m m m m c 6A 3 N Wz .0X m c � m z Q u c Y i rl ei .-L O ci O O rl O O CL O O O O O O O O O O O a ? N N N N N N N N N N N O N M N U 0CDM O O r O 00 O O O O m — }jmil O M 1H O-i O O L O M N O N Q N +m' m = �(D 0) O Ln M (D Ni . m Ln m `� (0 Lo to N <i m N N O CL N r0 U E r1 Ln 0) m Lo LO m N m It N E N a a x vv °° (o o N r o av � a W m m cb M N (D m m co (o cD a oo co M m M m r n o Ln Ln cD (0 (b (6 L N N O O O O m m m m IL V V N c4l N N C c C c a) E m z `0 U C m O C r Ln mLO W N 00 N U r � Z00 c N 0 E � a) 0000 T ¢ > ¢ > 0) IL ❑ ❑ ¢ o ¢ Ln 0 0 m 3:(a (D u z y 3 N m U)) °c 0000 t m � am) m m m m � O Ln Ln rl U) 0 0) (n c c C c Z U N m 00 C W N U a ❑ p N J ^ \ 7 L a) (r0 a p z � o > > > > ON y m 0O O O O O > > > > H u W J LU LA .N. r 00 a7 a) O O O E N N N Y Q a a O O O LZ E N E E E m a ~ _ N U U U c Q a yU N Y U U « � C D U 0. c O c O c 0 L C N O O O O O O C L� U N U N V N U LO m a) m a) m a) U V OD O N d ) o E E c y 0% , O O O ft\ Q CO Cf) a) a L L L L > oD a E E rf a` °m m m ° m a m° 0 N — 7 y Wii M U. 0 ? O O N O O O O c p � M � U O cl i U X W r (m .-L 00 m m OD V eq-I 0000 fm— O ID CN�7 •-I-Ili f>0 0 Ln (y° " M (O (0 a1 (0 O rl in m d N ~ CO)C E m cm o � m � O1 0 4 m `� 04 rl N 2 it KEY PERSONNEL June 2011 TERRA DYNAMICS, INC 2011 Name Present Position Yr_ s Ex o Largest Contract Work Class PosMon Held Tina Scoccolo President 27 $ 3,200,000 1,31,32,34 President Kevin Steiner Estimator/Prof Mangr 23 $ 3,200,000 1,31,32,35 Estimator/Prof Mangr. Tood Wood Chief Estimator/Prof, Mgr. 24 $ 2,319,100 1,31,32,36 Chief Estimator/Prof, Mgr. Karen Abrahamson Asst Proj Manager&Ops Mngr 23 $ 2,319,100 1,31,32,37 Asst Proj Mnr/Op Mngr Wes Midgarden Superintendent 13 $ 1,305,000 1,31,32,38 Assist Supt Robert Morales Asst Superintendent 21 $ 2,470,000 1,31,32,39 Project Foreman Kevin Kern Asst.Superintendent 17 $ 2,470,000 1,31,32,40 Project Foreman Don Palermo Project Foreman 16 $ 3,200,000 1,31,32,41 Project Foreman Luis Barajas Project Foreman 10 $ 931,900 1,31,32,42 Project Foreman Paul Julian Hydroseed Foreman 17 $ 675,000 34 Hydroseed Foreman Jon Hartley Maintenance Foreman 8 $ 282,000 32,34 Maintenance Foreman Todd Brannon Crew Lead 15 $ 2,470,000 1,31,32,34 Crew Lead Antionio Martinez Crew Lead 12 $ 2,470,000 1,31,32,34 Crew Lead Vern Orr Project Engineer 15 $ 3,000,000 1,31,32,34 General Supt Terra Dynamics.Inc E ui menl List Updated laruarv91 ^Or' 15>% Manufacturer MAKE/TYPE MODEL fltel Axle Cori LICENSE GVVW ON HIGHWAY REAR D IMPS D104 C1998Kenworth Mack Truck Tractor RD 688 S D 6X4 A89646B 50,000 D105 Mack Dump Truck 12-18 cy RD 688 S D 6X4 A34384T 80,000 D106 Kenworth Dump Truck 12-18 cy T800 D 6X4 A00594R 80,000 D107 Kenworth Dump Truck 12-18 cy T800 D 6X4 A00595R SC 000 D51 ac Mack Dump Truck 5 cy 5 YARD D 4X2 A59807X 32,000 D52 2002 Ford Ford F650 Cump Truck 5 cY F6S D 4X2 670027K 38,000 1-103 1989 Kenworth Kenworth Truck w/Finn Hydroseeder(see below) T800 D 6X4 B70346D 72,000 mounted 1997 Finn Hydroseeder 3300 Gal T330H H04 1995 Mack Mack Truckw/Finn Hydroseeder(see below) CH613 D 6X4 B87840S 72,000 mounted 1999 Finn Hydroseeder 3300 Gal T330-21 H05 1993 Kenworth Kenworth Truck w/Finn Hydroseeder(see below) T800B D 6X4 B645005 72,000 mounted 1998 Finn Hydroseeder 3300 Gal T330 F14 1996 Ford Flatbed Ford(white)F350 w/2-4cy dump Dump Flatbed D 4X2 A13089Y 24,000 F106 1995 Ford Flatbed-Ford 450 w/2-4 cy dump(not crew cab) Dump Flatbed D 4X2 A60579V 24,000 F110 1995 Ford Flatbed-F450 w/2-4 cy dump Dump Flatbed D 4X2 839441A 24,000 F112 2004 Ford Flatbed-F550 w/5-6 cy dump Dump Flatbed D 4X2 A81637V 30,000 ON HIGHWAY FLATBED TRUCKS F14 see listing above under ON HIGHWAY REAR DUMP F18 1994 !Ford evy Flatbed-Chevy 3500 Flatbed G 4X2 B64569S 12,000 F103 1993 Flatbed-Ford Crew Cab 350 XL Crew Cab Flathed G 4X2 B51409G 12 000 F104 1995 rdFord 450 Superduty w/Svc Box Flatbed D 4X2 A56461X 30,000 F105 2000 rd Flatbed-Ford Super Duty Flatbed D 4X2 B26924F 24 000 F106 see listing above under ON HIGHWAY REAR DUMP F107 2000 Ford Flatbed-Ford 350 Flatbed D 4X2 692536A 24000 F108 2000 Ford Flathed-Ford 350 Flatbedl D 4X2 B67614C 24 000 F109 1994 Ford Flatbed-F350 Crewcab w/2-4 cy dump Dump Flatbed D 02 9645305 10 000 F110 see listing above under ON HIGHWAY REAR DUMP Fill 2000 Ford Flatbed-F550 Flatbed D 4X2 B39440A 30,000 F112 see listing above under ON HIGHWAY REAR DUMP F113 2001 Ford Hatbed-F350 3+3 Crewcab CrewCab Flatbed D 4X2 B53347F 24,000 F114 2001 Ford Flatbed F350 3+3 Crewcab Crewcab Flatbed D 4X2 B53346F 24,000 F115 1995 Ford Flatbed-F450 Service Flathed D 4X2 B25658G 30,000 F21 1983 International Flatbed-International w/Tmck Mounted Attenuator 2 TON G 4X2 18652N 28,000 F23 1988 Ford Flatbed-Ford with M28 Bark Blower(see M28) C8000F 2 Ton D 4X2 71501V 34,000 M28 1999 Finn Bark Blower AEM 816 D F26 1998 Ford Flatbed-Ford 2 Ton G 4X2 B43254K 26,000 F27 1990 International Flatbed International 4600 w/M26 Truck Mounted Attenuator&M12 Anowboard 2 Ton D 4X2 A77681X 22 000 M26 2004 9181 Safe Stop TMA 3300&A451 M12 1998 Arrowboards D Pis 2002 Ford 1 ton Super Cab Flatbed Ford F-450 DW4X4 N 30,000 P05 1996 Ford Service Truck-Ford 3504x4 DR 30,000 nN HIRHWAY I�ITF D M TRUCKS PSS 1995 Ford 1 Ton 2WD Crew Cab F350 GH 10,000 P12 2002 Ford 1/2 Ton Pick up 2WD Conventional Cab F150 G2L P13 2000 Ford 1/2 Ton Pickup 4WD Ext Cab F150 G2F P14 2003 Ford 1/2 Ton Pick up 4WD Ext Cab F-150 GN Pl6 2003 Ford 1/2 Ton Pick up 4WD Ext Cab F-150 G 4X4 B46117N P17 2003 Ford 1/2 Ton Pick up 4WD Ext Cab F-150 G 4X4 B64319N P19 2003 Ford 1/2 Ton Pick up 4WD Ext Cab F150 G 4X4 B90920N P20 2001 Ford 1/2 Ton Pick up 4WD Ext Cab F 1150 LXT G 4X4 A53282R P21 2000 Ford 1/2 Ton Pick up 4WD Ext Cab F-150 XLT G 4X4 B97022R P22 2004 Ford 1/2 Ton Pick up 4WD Ext Cab F-150 LXT G 04 B40261S P24 1998 Chevy Chevy Cube Van Irrigation Van G 4X4 804792A 10,000 P25 2001 Ford 1/2 Ton Pick up 2WD Ext Cab F-150 XLT G 4X2 831254F ' Terra Dynamics.Inc Equipment List YR Manufacturer RIMU TE _ MODEL f9g Axle ConfiE LIS,EN E QVW P26 20C4 Ford 112 Ton Pick up 4WD Ext Cab F 150 G 04 A25C5 i)o TRAILERS TL06 1985 Equipment Trailer 6 ton Oregon 2axle 9864UJi TL07 1989 45'Utility Trailer HIGH F/B 4511L1� TL08 19911 Tilt top Trailer 20 ton Freeway 2axle 5887RY TL09 1993 Utility Trailer(Maint)3,500# Garland 9671-VR TL10 1978 Security Trailer 8X16 78--06228 5515SC TL11 1986 Irrigation Trailer Fruehauf 4252TL TL12 1978 Office Trailer Work Wagon unit 109434 TL14 1970 Tilt-top Trailer 20 ton Truckweld 2 axle 8388LV TL16 1979 Flatbed Trailer 20'9 ton Hitchman 2 axle 2176VJ TL17 1997 Beavertail 9 ton trailer Bulldog 2 axle 7562SJ TL18 1976 Three Axle Trailer 9 ton 3 axle 9391-VN TL19 19961 6 ton Flatbed Trailer w/1100 gal water tank&5 5 HP Honda Pump water trailer 2 axle 55165C TL20 1.9981 5 ton Flatbed Trailer w/1100 gal water tank&5 5 HP Honda Pump water trailer 2 axle 3772SY TL25 1973 Office Trailer Evergreen no plate TL26 2001 Flatbed Trailer-20' Bulldog 28 0617UV TL27 1983 Curtain Van Flatbed Comet 3442PC TL28 2000 Trailmax 27 ton tilt trailer TRD 54 Tra lMax 3 axle 5700MW 56,600 TL29 2001 Trailmax 6 ton Varier T-12-UT Trailmax 2 axle 6497M TL31 2006 5 to Flatbed Trailer w/1100 gal water tank& 5 5HP Honda Pump TNT-SO Top Notch 2 axle 0247SY RACKHO S&EXCAVATORS BH6 1992 Komatsu Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb PC40-7 D BH7 1995 Komatsu Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb PC45-1 D BHSO 1991 Komatsu Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb PC45-1 D BH11 1990 Komatsu Crawler Mounted Compact Excavator PC45-1 D BH15 1995 Komatsu Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb PC 45-1 D BH16 1998 Komatsu Crawler Mounted Hydraulic Excavator w/6MT narrow hydraulic thumb PC 60-7 D BH11 2001 CAT Crawler Mounted Hydraulic Excavator w/12MT wide hydraulic thumb 312C L D BH18 1996 Hitachi Crawler Mounted Compact Excavator w/5 8 MT narrow hydraulic thumb EX58MU D BH19 2003 Hitachi Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb AR40U-3 D BH20 1999 Komatsu Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb PC 55MR-1 D BH21 2005 Takeuchi Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb T6145 D BH22 2005 Takeuchi Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb TB145 D BH23 2004 Komatsu Crawler Mounted Compact Excavator w/4 5 MT narrow hydraulic thumb PC40 MR-2 D 10 DRS LD1 1978 CAT 4-wd Articulated Wheel Loader 920 D LDS r1973CAT AT 4-wd Articulated Wheel Loader 920 D LD4 AT 4-wd Articulated Wheel Loader 930 DLD 5 bishi 4wd Artculated Wheel Loader gffl0WS410 D LD 6 AT 4wd Articulated Wheel Loader D LD7 ubishi 4 wd Articulated Wheel Loader D LD8 ubishi 4 wd Articulated Wheel Loader D LD9 ubishi 4 wd Articulated Wheel Loader D LD10 ubishi 4 wd Articulated Wheel Loader D D07FRS TRACK C A RS TRACTORS TC5 d199,4 CAT Crawler Dozer D-4C Series 3 D TC7 CAT Crawler Dozer LGP D-4C LGP D TC8 John Deere 2WD Tractor w/33 HP PTO 1050 DTC9 Komatsu Komatsu All Track Dump Garner-LGP Crawler Tractorw/5 cy dump box MST 1100-K DTC10 Case Case Loader/Scraper 480E-LL D TC11 Mooroka Morooka All Track Dump Carver-LGP Crawler Tractor w/5 cy dump box MST800E D TC12 Komatsu Crawler Dozer Wide-Track ROPS Kom D31P-20 D TC13 John Deere 4WD Tractor JD955 D TC14 1996 Mooroka Mooroka NI Track LGP Crawler Tractor w/PTO MK70 D TC15 1995 Mooroka Morooka All Track Dump Carrier-LGP Crawler Tractor w/5 cy dump box MST-1100 D TC16 1995 Mooroka Morooka All Track Dump Carrier-LGP Crawler Tractor w/5 cy dump box MST-1100 D TC17 2001 CAT Crawler Dozer LGP D-5 LGP Hydstat D J Terra Dvnamics Inc Equipment List EQp YR Manufacturer MAKEJTYPE _MODEL fuel Axle Confi2 L_I EG NSE_, QVAY MISCELLANEOUS _ ___ hM41988 Laser Level 1077 Leveleve Sodcutter Ryan 18' 544844 _1994 Lft Truck(forkhfty 5000# CAT V5CD P gas to propane1994 Laser Sensor Pole Mount&Battery - - Clearing Rake 12' self manufacture - - Sand Spreader Sox self manufacture M12 1998 Arrowboards M-20 1998 Tiller attach for bobcat AA Rentals M-21 1992 Forklift-Sellick SG-50 Star Rentals M-22 1989 Hydraulic Flail Mower Turner Ind M-23 2000 HTC Truck Conveyor HTC 1800 Norstar Ind M-24 2000 Straw Blower w/Haynte Conveyor Finn B 260T D 8919UG M-25 1998 Rotary Brush Cutter Ambusher 60' M-26 2004 9181 Sate Stop TMA 330E&A451 M-27 2005 US Mower Flail Mower EX50DDBF M-28 1999 Finn Bark Blower AEM-816 D M-30 1995 Forklift-CAT GP25 GP25 P M-31 1996 Skyjack Aerial Scissor Manlift SJ3220 E A11 2008 Earthquake One Man Augers 9000 3 hp G TA-1 1995 Brillion Drill Seeder Brillion GLP 643 TA-3 1995 Landpride 3Way Blade Landpnde 7A-4 1995 Landpride TWer 55' RTA 2555-06-32 TA-6 1994 Post Hole Digger 18" Belton XL 44 TA-7 1991 Rhino Box Scraper BX60 TA-8 1994 Rhino Box Scraper B60 TA-9 19901 Spreader-Gandy 42T26 TA-12 1994 Sweeper w/dust reflector RHFA C6 TA-13 1990 Rock Rake 5' Vasssar TA-14 1996 Rotary Brushcut er 60' Rankin TA-15 2002 Fertilizer Spreader Simak Ta-17 2011 Grade Box Level Best N4 1991 Lawn Edger MTD brand Aarenco G N6 1991 Mower Ranson XM3609 G N8 1996 Sbht Backpack Blower STQBR400 N10 2002 Arens Mower-commercial 21' TUS120 N11 1996 Lawn Edger Power Trim Model 200 G N12 2000 Weed Eaters-Stihl Model FS200 G N13 2004 Honda Mower-commercial 21" HXR217HXA N14 f2000 Brush Cutter STQFS250 N15 Troy Bilt Mower 12A1867Q011 G U2 Mulbquip Centrifugal Pump 3'QP303H G U6 Test Pump 5Hp G U7 Mulbquip Centrifugal Pump 2'QP205 SH G U8 Briggs Test Pump 6 5 Hp G U9 Pressure Washer HD3500DH U10 2003 Steam Cleaner HG 3004 3460 G3 1991 Campbell Hausfeld Air Compressor G4 1993 Compressor SHP Honda G6 1998 3500 Watt Generator-EM EMIPro Jet Power Washer G7 2000 7 hp Air Compressor-Speedarr GS Curbs Air Compressor E71 C3 Jumping Jacks - Whacker 5166524,5166519 G Prime Equip C4 Jumping Jacks - Whacker 52551657 G W3 1999 SUN Cutoff Saw Sbfu TS-400 G W4 1996 Circular Saw HD77 Wormdriver W-5 2003 Sbhl Cut Off Saw W-6 2003 Lincoln Welder power mg255 code 1693 2 KS 1989 FMC Herbicide Spray Tank 130 Gal w/6 SHP John Bean Pump-R 10 G K2 1992 Fuel Tank 1500 Gal w/pump Jennings Equip 1 i Terra namrc Inc E w ment List yg Manufacturer MAK<LT(PL MODEL fyg Axle Corl 1 N K4 1998 PAK Tank REARS 105 gal Herbicide Spray Tank w1boom&AR 503 pump-PTO driven G K5 2005 m-r,s to v,anner Herbicide Spray Tank 225 Gal w/6 5 HP Pump A10 FIB KW225-5 10 G Backpack Sprayer 2005 Fieldkmg 4 gallon Backpack Sprayer Backpack Sprayer 20091 SON 4 75 gallon BdcKpaCk Sprayer Panp d ni d COMPANY INFORMATION Terra Dynamics, Inc Mailing Address- PO Box 2479,Auburn, WA 98071 Physical Address 34721 W Valley Hwy S,Algona, WA 98001 Ph (253)880-3100 Fax.(253)880-3109 Fed ID No 91-1378664 Contractors License No.TERRAD1133LT exp 1-25-13 Washington UBI 601030 794 Employment Security 629036003 Labor& Industries 48167101 Years at Address:9 Years in Business: 26 Controller: Lyn Ritchie Principals Tina Scoccolo President Kevin Steiner Secretary Bank Information US Bank 1145 Broadway Suite 1100 Tacoma,WA 98402 Officer: Dean Rowley Acct 153595074789 Ph (253)572-1059 Fax (253)5723259 Bonding Information Agent Jim Binder Propel Insurance 1201 Pacific Ave,Suite 1000 Tacoma,WA 98402-4321 PO Box 2940 Tacoma, WA 98401-2940 (253)759-2200 Fax(253)759-6468 Surety Travelers Casualty&Surety Company of America 1501 Fourth Ave,Suite 1650 Seattle,WA 98101 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 ninety (90) 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 day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 061/4r TERRA N 4MICS, 1 NAME B R, BY: Signature TINA SCOCCOLO PRESIDENT (Print Name and Title) PO Box 2479 AUBURN, WA 98071 Address Meridian Valley Creek Enhancements/Knox 22 June 5, 2012 Project Number. 10-3008 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Terra Dynamics.Inc , as Principal, and Travelers Casualtv and Surety Company ofAmerica , 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. The condition of this obligation is such that if the Obligee shall mace any award to the Principal for Meridian Valley Creek Enhancements/Project Number: 10-3008 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 26th AY OF June 2012 rra mic PRINCIPAL Travelers Casualty and Surety Company of America SURETY Anne d.SfStneby orney-m-Fact 20 Received return of deposit in the sum of $ Meridian Valley Creek Enhancements/Knox 23 June 5,2012 Project Number 10-3008 C ►� WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 223961 Certificate No. 0 0`t 4 J 5 V 1 `t• KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company aie corporations duly organized under the laws of the State of Minnesota that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and Guaranty Insurance Underwriters Inc IS a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the`Companies"),and that the Companies do hereby make,constitute and appoint Enc Zimmerman,Karen Swanson,Brent E Heilesen,Anne E Strieby,James B Binder,Peter J Comfort,Jennifer L Snyder,Julie R Truitt, Peggy A Firth,Tamane Ellingsen,Steve Marinkovich,Christopher Kinyon,Jamie Diemer,and Brady Moriarty of the City of Tacoma ,State of Washington ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,reeognizances,conditional undertakings and other writings obligatory in the nature thereof on behall of the Companies in then business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law - AID 30th IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this day of August 2011 71 I Farmington Casualty Comp�fiy St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company NI_ St.Paul Guardian Insurance Company Zr{��IJ'` OP SE AL o1 '� $8�� State of Connecticut By +r City of Hartford ss Georg V Thompson, mot 'ice President On this the 30th day of August 2011 , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company St Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he as such being authorized so to do, eyLcuted the foregoing instrument for the purposes therein contained by signing on behalf of the coiporatlous by himself as a duly authorized officer 60=111N /� In Witness Whereof,I hereunto set my hand and official seal W iwr l. . �_z My Commission expires the 30th day of June 2016 Marie C Teneau lu Notary Public 58440-6-11 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which iesoluuons are now in full force and effect,reading as follows RESOLVED,that the Chairman,the President,any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer the Corporate Secretary or any Assistant Secretary may appoint Attorneys-m-Pact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company s seal bonds,recogmcances,contracts of indemnity,and other writings obligatory in thL nature of a bond,recognizance or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary and it is FURTHER RESOLVED,that any bond,recognizance,contract of mdernmty or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President any Vice Chairman,any Executive Vice President,any Semor Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-m-Pact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kevin E Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters Inc,St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies.which is in full force and effect and has not been revoked -# - ' +A- IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seats of said Companies this_day of 20 l AV Kevin E Hughes,Assistant Sec tary r�(}�'gI.pSU��j` • F\RF64 oFRM"i Ns�9 I°asris�y. PJRtiY axo,v Y OY ��11 '.^^'rWlta) • lT j COPf�fl�>e-'n iW eOPPCRAlF"1"� � CT �I r r.azS o 1977 — f --- 'NaR roaD, a s� SHAL 3F conh' o WWA R mn..7886 <O bI'a F� s`F:.m�L �f.S.,:A»N.�'f 'fS•4• FdaR W% F„aF✓• � �'7/A1Pt� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www travelersbond corn Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached WE*' ,I "fin WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF KENT 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. FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT Meridian Valley Creek Enhancements Project Number: 10-3008 NAME OF PROJECT TERRA DYNAW5j INC. ME OF BIDDER'S FIRM A SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 111111 Subscribed and sw%14t e�fbr�e this 26TH day of ,TUNE , 2012. • aa •••�`•. MISSIO�r••• � Tp0 A Public in an fort a Stat of OT y EATAC,6,A � PUBAR ington, res' ng at 66 F �2 • Meridian Valley Creek Ena�e{ytsjlpX �� 24 June 5, 2012 Project Number. 10-3008 /,��//11111111�, BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention Is especially called to the following forms. Failure to execute 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 ....................C'1 Table of Contents Sheet.......................................................................13 Invitationto Bid...................................................................................13 Contractor Compliance Statement........................................................13 Date............................................................................................❑ Have/have not acknowledgment ................................................❑ Signature and address ................................................................© Declaration - City of Kent Equal Employment Opportunity Policy ........13 Datedand signed ........................................................................13 Administrative Policy ........................................................................... El Proposal...............................................................................................13 First line of proposal - filled in ...................................................0 Unitprices are correct ................................................................❑ Minimum bid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................13 Subcontractors listed properly....................................................0 Signature ....................................................................................ff Subcontractor List (contracts over $1 million).....................................El Subcontractors listed properly....................................................ff Signature ....................................................................................CS Contractor's Qualification Statement ...................................................0 Completeform and notarize........................................................EJ ProposalSignature Page......................................................................® AllAddenda acknowledged .........................................................E' Date, signed and addressed ........................................................0 BidBond Form .....................................................................................Er Signed, sealed and dated ............................................................E3 Powerof Attorney.......................................................................IT (Amount of bid bond shall equal 5% of the total bid amount) Non-Collusion Affidavit ........................................................................El Signed, dated and notarized .......................................................El Bidder's Checklist ................................................................................ly 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. Meridian Valley Creek Enhancements/Knox 25 June 5, 2012 Project Number. 10-3008 l I PAYMENT AND PERFORMANCE BOND KENO T TO CITY OF KENT w.niun o�on Bond No 105795776 , KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Terra Dynamics, Inc as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of 1M§hlff�&ff; 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 I 243.740 16 , 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. *Connecticut 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. i Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Meridian Valley Creek Enhancements/Project Number: 10-3008 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this i 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. Meridian Valley Creek Enhancements/Knox 26 June 5, 2012 Project Number. 10-3008 TWO WITNESSES: Terra Dynamics, Inc PRINCIPAI,�( rter prin al's name above) ;Fr BY:�/7yjfi {/ llch TITLE: PRESIDENT DATE: 7/9/2012 DATE: 7/9/2012 CORPORATE SEAL: Nl a►�vi l�. boi PRINT NA Ao DATE: 7/9/2012 Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: Anr e � �T..- • ��� _ DATE: 7/9/2012 y TITLE; Attorney-In-Fact i ADDRESS: 1501 4th Ave Suite 1650 i Seattle, WA 98101 i s 1 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 TINA SCOCCOLO Who signed the said bond on behalf of the Principal TERRA DYNAMICS, INC. Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. f 1 SECRETARY OR ASSISTANT SECRETARY I Meridian valley Creek Enhancements/Knox 27 lune 5,2012 Probed Number. 10-3008 I I WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance Company Attorney-In Fact No. 223961 Certificate No 004495899 KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that Untied States Fidelity and Guaranty Company is a corporation duly organized undei the laws of the State of Maryland that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Under"titers,Inc,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies'),and that the Companies do hereby make,constitute and appoint Eric Zimmerman, Karen Swanson, Brent E Hedesen,Anne E Strieby,James B Binder, Peter J Comfort,Jennifer L Snyder,Julie R Truitt, Peggy A Firth,Tamane Ellingsen,Steve Marinkovich,Christopher Kinyon,Jamie Diemer,and Brady Moriarty of the City of TAcomn , State of Washington ,their true and lawful Attomey(s)-m-Fact, each in their separate capacity if more than one is named above to sign,execute,sea]and acknowledge any and all bonds,recognizances,conditional undertakings and other wntings obligatory in the nature thereof on behalf of the Companies in their business of guar meemg the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or procLedmgs allowed by law IN WITNESS WHEREOF the Companies have caused this instrument to`be signed and theh''cotporate seals to be hereto affixed,this 30th day of August 2011 "�-" 0111, a n Farrinn ton Casualty Com, ^ - i g pa '� St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Companyt ,- Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ww ay4\P iE, o GG,� SS a ��SEAi. � e t%SSRL 31 W e� o (�' m 1896 � 'rf a ty q� �y . �N ae eAuer, State of Connecticut By City of Hartford sir Georg Thompson, error 11e President On this the 30th day of AU9USt 2011 , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwnters, Inc, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer G,TItT In Witness Whereof,I hereunto set my hand and official seal My Commission expires the 30th day of June,2016 * Al/BL�� * % Mane C Tetreault,Notai v Public 58440-6-11 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters Inc, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company St Paul !Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions arc now in full force and effect reading as follows RESOLVED, that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company s seal bonds,recogmzances,contracts of indemnity,and other writings obligatory in the nature of a bond recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President any Senior Vice President or any Vice President,any Second Vice President,the Treasurer any Assistant Treasurer,the Corporate Secretary or any Assistant Secierary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or i b)duly executed(under seal if required)by one or more Attorneys-m-Fact and Agents pursuant to the power prescribed in Ins or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached 1,Kevin E Hughes,the undersigned,Assistant Secretary of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked Is s. IN TESTIMONY WHEREOF,I have hereunto set my hand and affrited the seals of said Companies this q day of 20 _L21 - ` Kevin E Hughes,Assistant Seci Lary t�F.SU�EL W�NMTppuuuu.. '�..�E 6y jO,�µ'NrG9y JPl�NSUggry uJp Tv 9.yG® y,'y�riypypifp Ie�,ytTwY,t.�. �'L ,-;� �y iW`GOPPOR4 TE.^f `9 e] ii�ird 4,9"'_-^•� e t s e z o 19T/ 1951 C SE SEAL SEAL Y6`".rcPr•'�an �� �'�xnucc c� '�'fsN N�! tits �a ad! .NOD �AN1fi`- To verify the authenticity of tlus Power of Attorney,call 1-800421-3880 or contact us at www travelersbond corn Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached a WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and TERRA DYNAMICS, INC. , organized under the laws of the State of hIAgHTNGTnN , located and doing business at 34721 W VALLEY Hwy S ALGONA, WA 98001 ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Meridian Valley Creek Enhancements/Project Number: 10-3008 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 2012 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 ninety (90) 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. Meridian Valley Creek Enhancements/Knox 28 June 5, 2012 Project Number 10-3008 5. Contractor shall defend, Indemnify, and hold the City, Its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Meridian Valley Creek Enhancements/Knox 29 June 5, 2012 Project Number 10-3008 A CITY OF KENT BY: SU E C OKE, MAYOR DAT ATTEST: ✓ Xl��QrUnAE IACOBE ; r CLERK APPRO ED AS Z FORM KENT LAW DEPARTME CONTRACTOR BY: PRINT NAME: TINA SCOCCOLO TITLE: PRESIDENT DATE: 7-9-12 Meridian Valley Creek Enhancements/Knox 30 June 5, 2012 Project Number. 10-3008 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, Insurance against claims for Injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain Insurance of the types described below: 1. Commercial General Liability Insurance shall be written on ISO occurrence form CG 00 01 or Its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Meridian Valley Creek Enhancements/Knox 31 June 5, 2012 Project Number 10-3008 EXHIBIT A (continued) C. Other Insurance Provisions The Insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's Insurance coverage shall be primary Insurance as respect the City. Any Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be excess of the Contractor's Insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each Insured against whom claim is made or suit is brought, except with respects to the limits of the Insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property Insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Meridian Valley Creek Enhancements/Knox 32 June 5, 2012 Project Number 10-3008 EXHIBIT A (continued) H. Subcontractors Contractor shall include all subcontractors as insureds under Its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same Insurance requirements as stated herein for the Contractor. Meridian Valley Creek Enhancements/Knox 33 June 5, 2012 Project Number 10-3008 Client#: 109825 TERRDYNA YYri) ACORD. CERTIFICATE OF LIABILITY INSURANCE 7r10 DATE(M/2012 M/DD/MIDDI z THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(les)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 NATAcr NAME Sharnel Di Vona Propel Insurance PHONE 253.310.4047 FAX 866 577 1326 Tacoma Commercial InsuranceE-MAIL E:t A/C No ADDRESS skd@propelinsurance.com 1201 Pacific Ave, Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma, WA 98402 INSURER A Valley Forge Insurance Company 20508 INSURED INSURER B Continental Casualty Company 20443 Terra Dynamics, Inc. INSURER PO Box 2479 INSURER D Auburn,WA 98071 - INSURER E INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITIONOF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF IN ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR _ INSR WVD POLICY NUMBER MMIDDIYYYY MMIDDIYY A GENERAL LIABILITY X X 4020621231 2/10/2012 0211012013 EACHOCCURRENCE $1 000000 X COMMERCIAL GENERAL LIABILITY PREM SES Ea RE occurrence $100 000 CLAIMS-MADE O OCCUR MED EXP(Any one person) $5 000 X PD Ded $1,000 PERSONAL&ADV INJURY $1,000 000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS COMPIOPAGG $2,000,000 POLICY X JECTPRO _ LOC $ PRO- _ A AUTOMOBILE LIABILITY X X 4020621245 0211012012 02/10/201 EOMaBINEDISINGLE LIMIT 1,000,000 IX ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ HIREDAUTOS X NON-OWNED PROPERTYDAMAGE $ AUTOS Per accident B X UMBRELLA LIAR X OCCUR X X 4020621259 2/10/2012 02/1012013 EACH OCCURRENCE $10 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10 000 000 DED I X RETENTION$$1O 000 $ _ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN (WA Stop Gap) xER A ANY PROPRIETOR PARTNER/EXECUTIVE❑ 4020621231 2/10/20112 02/10/201 E L EACH ACCIDENT $1 000 000 OFFICER/MEMBER EXCLUDED N N I A (Mandatory in NH) E L DISEASE-EA EMPLOYEE $1 00O 000 It yes describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE Project#10-3008/Meridian Valley Creek Enhancements The City of Kent is named additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Director ACCORDANCE WITH THE POLICY PROVISIONS 400 West Gowe Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988.2010 ACORD CORPORATION All rights reserved ACORD 25(20110/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S951360/M854196 KRG00 Terra Dynamics, Inc 4020621231 G-140331-C CNA (Ed 10/10) 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.) Locations of Covered Operations (As per the"written contract," provided the location is within the "coverage territory"of this Coverage Part.) A. Section 11 - 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 8.1.above; or 2. The particular person or organization, if any, c. Afforded to you under this policy. scheduled above 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 b. The acts or omissions of those acting on does not apply to "bodily injury," "property your behalf damage," or "personal and advertising injury arising out of. in the performance of your ongoing operations a. The rendering of, or the failure to render, specified in the written contract", or any professional architectural, engineering, c. "Your work" that is specified in the "written or surveying services, including: contract" but only for "bodily injury" or "property damage" included in the (1) The preparing, approving, or failing to "products-completed operations hazard," prepare or approve maps, shop drawings, opinions, reports, surveys, and only if: 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 material of Insurance Services Office,Inc.,with its permission Page 1 of 2 (Ed. 10/10) Terra Dynamics,Inc 4020621231 NAFA (Ed 10/10) 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 This Insurance Is primary and non- will as soon as practicable: 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 any claim D. Only for the purpose of the insurance provided by or suit that does result; 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 other Insurance the additional Insured has "Written contract" means a written contract or for a loss we cover under this Coverage written agreement that requires you to make a Part; person or organization an additional insured on this Coverage Part, provided the contract or agreement. (3) Send us copies of all legal papers received,and otherwise cooperate with us in the 1. Is currently in effect or becomes effective during 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. The"bodily injury"or"property damage';or claim or "suit" to any other insurer or self b The offense that caused the "personal and insurer whose policy or program applies to a p 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. G-140331-C Includes copyrighted material of Insurance Services Office,Inc.,with Its permission Page 2 of 2 (Ed. 10/10) Terra Dynamics,Inc 4020621231 G-18652-1 CNA (Ed. 07/09) 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 Part. 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 Ventures/Partnership/Limited Liability Companies 16. Broad Knowledge of Occurrence 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 date of accident. 20. Wrap-Up Extension 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 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 G-18652-1 Includes copyrighted material of Insurance Services Office,Inc,with its permission. Page 1 of 8 (Ed 07/09) Terra Dynamics,Inc. 4020621231 G-18652-1 CNA (Ed. 07/09) 1. MISCELLANEOUS ADDITIONAL INSUREDS b. Controlling Interest Section 11 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. 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 1. Currently in effect or becoming effective these premises during the term of this policy, and This insurance does not apply to structural alterations, new construction 2. Executed prior to the "bodily injury," "property damn e" or "personal injury and and demolition operations performed by 9 P 1 ry 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 a_ State or Governmental Agency that specific part of the premises leased g 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 subject to the following provisions: (1) Any "occurrence"which takes 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 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 mortgagee, assignee or receiver but (a) The existence, maintenance, 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 or government, state or municipality G-18652-1 Includes copyrighted material of Insurance Services Office, Inc,with its permission. Page 2 of 8 (Ed. 07/09) Terra Dynamics,Inc 4020621231 G-18652-1 CNA (Ed. 07/09) (2) Structural alterations, new this insurance be either primary or construction or demolition primary and noncontributing. Where operations performed by or on required by written contract or behalf of such additional insured. written agreement, we will consider f. Co-owner of Insured Premises any other insurance maintained by the additional insured for injury or A co-owner of a premises co-owned by damage covered by this you and covered under this insurance endorsement to be excess and but only with respect to the co-owners noncontributing with this insurance. liability as co-owner of such premises, 2. EMPLOYEES AS INSUREDS — HEALTH CARE g. Lessor of Equipment SERVICES Any person or organization from whom Paragraph 2.a.(1)(d) of Section 11 — Who Is An you lease equipment. Such person or Insured is deleted. organization are insureds only with 3. JOINT VENTURES I PARTNERSHIP 1 LIMITED respect to their liability arising out of the LIABILITY COMPANY COVERAGE maintenance, operation or use by you of equipment leased to you by such A. The following is added to Section II — Who Is person or organization. A person's or An Insured: organization's status as an insured 4. You are an insured when you had an under this endorsement ends when interest in a joint venture, partnership or their written contract or written limited liability company which terminated or agreement with you for such leased ended prior to or during this policy period equipment ends. but only to the extent of your interest in such With respect to the insurance afforded joint venture, partnership or limited liability these additional insureds, the following company This coverage does not apply: additional exclusions apply: a. Prior to the termination date of any joint This Insurance does not apply: venture, partnership or limited liability (1) To any "occurrence" which takes company; or place after the equipment lease b. If there is other valid and collectible expires; or insurance purchased specifically to insure the partnership, joint venture or (2) To bodily injury, property limited liability company. damage," or "personal and advertising injury" arising out of the c. To a joint venture, partnership or limited sole negligence of such additional liability company which is or was insured. insured under a"consolidated (wrap-up) Any insurance provided to an additional insured insurance program." designated under Paragraphs a. through g. "Consolidated (wrap-up) Insurance above does not apply to "bodily injury" or program" means a construction, erection or "property damage" included within the demolition project for which the prime "products-completed operations hazard" contractor/project manager or owner of the As respects the coverage provided under this construction project has secured general provision, Paragraph 4.b.(1) of Section IV — liability insurance covering some or all of the Commercial General Liability Conditions is contractors or subcontractors involved In deleted and replaced with the following: the project, otherwise referred to as an Owner Controlled Insurance Program 4. Other Insurance (O.C.I P ) or Contractor Controlled b. Excess Insurance Insurance Program (C.0 I.P.). (1) This insurance is excess over. B. The last paragraph of Section II — Who Is An Insured is deleted and replaced by the Any other insurance naming the following: additional insured as an Insured Except as provided in Paragraph 4. above, no whether primary, excess, person or organization is an insured with contingent or on any other basis respect to the conduct of any current or past unless a written contract or written partnership, joint venture or limited liability agreement specifically requires that G-18652-1 Includes copyrighted material of insurance Services Office,Inc.,with its permission. Page 3 of 8 (Ed. 07/09) Terra Dynamics,Inc 4020621231 G-18652-1 CNA (Ed 07/09) 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 INJURY the greater of: 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 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 t — Coverage C Medical discrimination or humiliation is: Payments is excluded either by the provisions (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 — Medical Payments, is replaced by the (a) The insured; or 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 company) of the insured, and (2) Not directly or indirectly related to the 6. LEGAL LIABILITY AND BORROWED 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 amended to Include the following: (1) Property you own, rent, or occupy; 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 penalties levied or imposed by a subcontractors working directly or governmental entity because of indirectly on your behalf are discrimination. performing operations, if the property damage arises out of D. This provision 4. (EXPANDED PERSONAL those operations; or 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 Coverage Part or by endorsement. incorrectly performed on it. 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.07109) Terra Dynamics,Inc 4020621231 G-18652-1 CNA (Ed. 07/09) 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 D. Paragraph 4.b.(1)(a)(ii) of Section IV — time of loss, or Commercial General Liability Conditions is (ii) "property damage" (other deleted and replaced by the following 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 Ili —Limits Of Insurance. 7. NON-OWNED WATERCRAFT Paragraphs (3), (4), (5) and (6) of this Under Section 1 — Coverage A, Exclusion 2.g., 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 B. Under Section 1 —Coverage A— Bodily Injury B 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 B. 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 a. $200,000; or Exclusion c.of Section I—Coverage A is deleted. G-1 B652-1 Includes copyrighted material of Insurance Services Office,Inc,with its permission. Page 5 of 8 (Ed 07109) Terra Dynamics,Inc 4020621231 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 form the organization,whichever is earlier accidents under Section I—Coverage C,which 13. LIBERALIZATION CLAUSE can be attributed only to ongoing operations at a 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 expenses shall reduce the Single "bodily injury" or "property damage" is not covered Construction Project General Aggregate under this Coverage Part However, you shall give written notice of this "occurrence," offense, claim or Limit for that construction project 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 The following is added to Paragraph 2, of Section Aggregate Limit for any other separate IV — Commercial General Liability Conditions — construction project away from premises 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 will be subject to the applicable Single ( ) you are an individual; 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 1 — Coverage A, corporation; or G-186524 Includes copyrighted material of Insurance Services Office.Inc.,with its permission. Page 6 of 8 (Ed. 07/09) Terra Dynamics,Inc 4020621231 G-18652-1 CNA (Ed. 07/09) and for all medical expenses caused by 20. OWNER CONTROLLED INSURANCE PROGRAM, accidents under Section I—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: 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.I.P ) or 2. Such payments shall not reduce any Single Contractor Controlled Insurance Programs Construction Project 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 ansing 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 will reduce the Products-Completed Operations damage," or "personal or advertising injury" Aggregate Limit, and not reduce the General that occurs during your ongoing operations Aggregate Limit nor the Single Construction at the project, during such operations of Project General Aggregate Limit anyone acting onn your behalf; D. If a single construction project away from 2. Your liability for "bodily injury" or "property premises owned by or rented to the insured has damage" included within the "products- been abandoned and then restarted, or if the completed operations hazard" that arises authorized contracting parties deviate from out of those portions of the project that are plans, blueprints, designs, specifications or not"residential structures" 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. (c) Any 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 injry " is changed to read a "consolidated (wrap-up) 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 consequence of the bodily injury, sickness or Definitions: 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 expected or intended from the an Owner Controlled Insurance Program standpoint of the insured. This (O.C.I.P.) or Contractor Controlled Insurance exclusion does not apply to "bodily Program (C.0 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-18652-1 Includes copyrighted material or Insurance Services Office, Inc,with its permission. Page 7 of 8 (Ed. 07109) Terra Dynamics,Inc 4020621231 G-18652-1 CNA (Ed. 07l09) 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 to(a) Preparing, or approve failing pools, hot tubs, detached garages, guest prepare of maps, s 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 college/university housing or dormitories, long specifications, or term care facilities, hotels, or motels. (b) Giving directions or instructions, Residential structure also does not include or failing 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, contract' in Section V— Definitions is replaced by assumes a liability sing out of for an injury or the insu ed's the following: rendering or failure to render "Insured Contract" means: professional services, including a. A contract for a tease of premises. those listed in (1) above andsupervisory, inspection, However, that portion of the contract for architectural or engineering a lease of premises that indemnifies 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 Others To Us Condition (Section IV—Commercial "insured contract'; 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 P 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. (including 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 1. Is in effect or becomes effective during the "property damage" to a third person or 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 agreement 23. IN REM ACTIONS 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) • POLICY NUMBER- 4020621245 COMMERCIAL AUTO 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: Terra Dynamics, Inc Endorsement Effective Date: 0 211 0/2 01 2 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization as required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations 4 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. CA 04 44 0310 Copyright, Insurance Seances Office, Inc., 2009 Page 1 of 1 POLICY NUMBER: 4020621245 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-02/10/2012 Countersigned By: Named Insured: Terra Dynamics, Inc (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): 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., 1998 Page 1 of 1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................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 ................................................. 1-39 DIVISION 2 EARTHWORK.............................................................2-1 2-07 Watering ..........................................................................2-1 2-10 Channel Excavation Including Haul .......................................2-1 DIVISION 4 BASES.......................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 6 STRUCTURES ........................................................0...6-1 6-11 Reinforced Concrete Walls...................................................6-1 DIVISION 7 DRAINAGE, STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 7-00 General Requirements ........................................................7-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control...........................8-1 8-02 Roadside Restoration........................................................ 8-14 8-26 Instream Rock and Large Wood ......................................... 8-19 8-27 Mulch and Topsoil ............................................................ 8-20 8-30 Project Signs................................................................... 8-21 DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-07 Reinforcing Steel ...............................................................9-1 9-09 Timber and Lumber............................................................9-1 9-14 Erosion Control and Roadside Planting ..................................9-2 9-16 Fencing ...........................................................................9-2 PREVAILING WAGE RATES........................................./.............0....... A-1 Meridian Valley Creek Enhancements/Knox June 5, 2012 Project Number. 10-3008 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2012 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 project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General 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 BY ADDING 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 NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.3 Definitions Contract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Meridian Valley Creek Enhancements/Knox 1 - 1 June 5, 2012 Project Number 10-3008 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. "2012 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." Meridian Valley Creek Enhancements/Knox 1 - 2 June 5, 2012 Project Number. 10-3008 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. Meridian Valley Creek Enhancements/Knox 1 - 3 June 5, 2012 Project Number. 10-3008 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.kentwa.gov/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 BYADDING 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 BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. Meridian Valley Creek Enhancements/Knox 1 - 4 June 5, 2012 Project Number 10-3008 SECTION 1-02.7 IS 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 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: 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: 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. Meridian Valley Creek Enhancements/Knox 1 - 5 June 5, 2012 Project Number 10-3008 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 "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD 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. Meridian Valley Creek Enhancements/Knox 1 - 6 June 5, 2012 Project Number: 10-3008 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. I 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 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 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. SECTION 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, Meridian Valley Creek Enhancements/Knox 1 - 7 June 5, 2012 Project Number. 10-3008 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 S. 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 Meridian Valley Creek Enhancements/Knox 1 - 8 June 5, 2012 Project Number 10-3008 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. 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 Meridian Valley Creek Enhancements/Knox 1 - 9 June 5, 2012 Project Number 10-3008 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, 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 Meridian Valley Creek Enhancements/Knox 1 - 10 June 5, 2012 Project Number 10-3008 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-OS.S(S) Staking Services Work requests must be made at least 3 working days in advance of the required 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. 5. 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 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. Meridian Valley Creek Enhancements/Knox 1 - 11 June 5, 2012 Pro)ect Number 10-3008 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 channelizatlon, 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) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line 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. Meridian Valley Creek Enhancements/Knox 1 - 12 June 5, 2012 Project Number 10-3008 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 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 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 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 may be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in 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 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 Meridian Valley Creek Enhancements/Knox 1 - 13 June 5, 2012 Project Number 10-3008 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 BYADDING 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. Meridian Valley Creek Enhancements/Knox 1 - 14 June 5, 2012 Project Number 10-3008 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. 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. 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 similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final 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 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. Meridian Valley Creek Enhancements/Knox 1 - 15 June 5, 2012 Project Number 10-3008 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. Meridian Valley Creek Enhancements/Knox 1 - 16 7une 5, 2012 Project Number. 10-3008 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. Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING 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. Meridian Valley Creek Enhancements/Knox 1 - 17 June 5, 2012 Project Number 10-3008 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. Meridian Valley Creek Enhancements/Knox 1 - 18 June 5, 2012 Project Number 10-3008 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: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet 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 This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review. Number 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 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 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. Meridian Valley Creek Enhancements/Knox 1 - 19 June 5, 2012 Project Number 10-3008 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. Meridian Valley Creek Enhancements/Knox 1 - 20 June 5, 2012 Project Number 10-3008 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 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 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 Meridian Valley Creek Enhancements/Knox 1 - 21 June 5, 2012 Project Number 10-3008 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. Meridian Valley Creek Enhancements/Knox 1 - 22 June 5, 2012 Project Number 10-3008 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. 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 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. 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". 1-07.14 Responsibility for Damage Meridian Valley Creek Enhancements/Knox 1 - 23 June 5, 2012 Project Number 10-3008 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 1-07.17 IS 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 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 its employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific Meridian Valley Creek Enhancements/Knox 1 - 24 June 5, 2012 Project Number 10-3008 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 entitles, 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. Soos Creek Water and Sewer District Ken Van Den Bergh (253) 630-9900 Ext. 115 (253) 893-7615 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: Meridian Valley Creek Enhancements/Knox 1 - 25 June 5, 2012 Project Number 10-3008 1. 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 channellzatlon markings on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channellzatlon, 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 channellzatlon 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. 5. 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. Meridian Valley Creek Enhancements/Knox 1 - 26 June 5, 2012 Project Number 10-3008 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 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 and compacted gravel at a minimum); and 6. Settle dust with water, or other dust palliative, as the Engineer may order. 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 or bicycle path) left exposed to traffic during working and nonworking hours. Unless otherwise specified in the approved TCP, drop-offs left exposed 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 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 Meridian Valley Creek Enhancements/Knox 1 - 27 June 5, 2012 Project Number. 10-3008 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 Meridian Valley Creek Enhancements/Knox 1 - 28 June 5, 2012 Project Number. 10-3008 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 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. SECTION 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 closure, the costs for the associated work for that temporary road Meridian Valley Creek Enhancements/Knox 1 - 29 June S, 2012 Project Number 10-3008 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 City'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 Meridian Valley Creek Enhancements/Knox 1 - 30 June S, 2012 Protect Number, 10-3008 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 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. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Right of entry lines 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 Meridian Valley Creek Enhancements/Knox 1 - 31 June 5, 2012 Project Number 10-3008 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. 5. 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 1-06.6(2)) 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. Meridian Valley Creek Enhancements/Knox 1 - 32 June 5, 2012 Project Number 10-3008 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 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. 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; 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: First 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. Meridian Valley Creek Enhancements/Knox 1 - 33 June 5, 2012 Project Number 10-3008 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 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 REVISED BY DELETING PARAGRAPHS 2 THROUGH 6 AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow Meridian Valley Creek Enhancements/Knox 1 - 34 June 5, 2012 Project Number 10-3008 time for such rainy periods of weather in the construction schedule. Rainfall or rainstorms will not be considered as a delay to the Contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State, County, or City disaster proclamation directly affecting the Immediate project area. 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 then be awarded by the authorized City representative. Following the 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). The Contract will be considered substantially complete when the creek is rerouted, habitat features are installed and anchored, the flood wall and drainage are in-place, and all plantings have been installed and mulched. (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 Contractor shall be responsible for showing on the progress schedule 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: Meridian Valley Creek Enhancements/Knox 1 - 35 June 5, 2012 Project Number 10-3008 1-09.2(1) General Requirements for Weighing Equipment 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 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(1) 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 Meridian Valley Creek Enhancements/Knox 1 - 36 June 5, 2012 Project Number 10-3008 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. 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: 1. 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. 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. Retainage will not be reduced for any reason below the minimum limit 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. 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 Meridian Valley Creek Enhancements/Knox 1 - 37 June 5, 2012 Project Number 10-3008 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. 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. Meridian Valley Creek Enhancements/Knox 1 - 38 June 5, 2012 Project Number 10-3008 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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 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's) approved by the City's Transportation Engineering Specialist. The City's contact is Rob Knutsen, telephone number (253) 856- 5530. SECTION 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 perform the duties of the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans (TCP's) 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 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 Meridian Valley Creek Enhancements/Knox 1 - 39 June 5, 2012 Project Number 10-3008 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 Traffic Control Manager (TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (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 Traffic Control Plans (TCP's) 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's with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. S. 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 MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6- 5, Traffic Control Plans, and applicable standards and specifications available at all times on the project. 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 City's TCS. 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. Meridian Valley Creek Enhancements/Knox 1 - 40 June 5, 2012 Project Number 10-3008 SECTION 1-10.2(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor (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- 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 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 421-040B, 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 Traffic Control Plan (TCP), d. Lighting utilized at night, and 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 approved TCP to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and the City TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 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's 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. 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. Meridian Valley Creek Enhancements/Knox 1 - 41 June 5, 2012 Project Number 10-3008 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 Traffic Control Plan (TCP) or Traffic Control Plans (TCP's) appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the Traffic Control Plan (TCP) except for emergency situations. If the Contractor's methods differ from the contract TCP's, the Contractor shall propose modification of the TCP's by submitting supplemental TCP's showing the necessary construction signs, flaggers, and other traffic control devices required for the project to the City's Traffic Control Supervisor (TCS) for review and approval. The Contractor's supplemental TCP's 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's shall be submitted to the City's TCS for review and approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved TCP's to the Traffic Control Supervisor (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 (TCP's), 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 Manual on Uniform Traffic Control Devices (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 Engineer 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. Meridian Valley Creek Enhancements/Knox 1 - 42 June 5, 2012 Project Number 10-3008 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(1) 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 Traffic Control Manager, Traffic Control Supervisor, 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 Traffic Control Supervisor (TCS) will be paid for as "Traffic Control Labor" per hour. 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 Traffic Control Plans (TCP's) approved by the Engineer, 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. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28. All orange background 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. Meridian Valley Creek Enhancements/Knox 1 - 43 June 5, 2012 Project Number 10-3008 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 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." 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 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 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: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and 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 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 Meridian Valley Creek Enhancements/Knox 1 - 44 June 5, 2012 Project Number 10-3008 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 Traffic Control Supervisor duties described in Section 1-10.2(1)B. Payment for traffic control labor performed by the Traffic Control Supervisor 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. 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: 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 the City's Traffic Control Supervisor 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. Meridian Valley Creek Enhancements/Knox 1 - 45 June 5, 2012 Project Number 10-3008 DIVISION 2 - EARTHWORK 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- 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 Contractor shall be responsible for paying all water use costs at the current City rate. it 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 and all water use fees have been paid to date. 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. DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-10 CHANNEL EXCAVATION INCLUDING HAUL 2-10.1 Description The channel excavation shall include all excavation and channel shaping shown in the plans taking due care to avoid damage to existing structures (such as deck footings), trees, utilities and other items as directed by the Engineer and/or Owner's Representative. Stockpiling of suitable topsoil (as determined by Engineer) from channel excavation shall be included in this item. 2-10.5 Payment The unit contract price per cubic yard for "Channel Excavation Including Haul" includes disposal of all excavated material not suitable for reuse as topsoil. All costs for any dewatermg necessary for channel construction shall be included in the unit price for "Channel Excavation Including Haul". Meridian Valley Creek Enhancements/Knox 2 - 1 June 5, 2012 Project Number 10-3008 DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 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, driveway or golf cart path 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. Meridian Valley Creek Enhancements/Knox 4 - 1 June 5, 2012 Project Number 10-3008 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.S 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, golf cart paths 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. Meridian Valley Creek Enhancements/Knox 5 - 1 June 5, 2012 Project Number 10-3008 DIVISION 6 - STRUCTURES 6-11 REINFORCED CONCRETE WALLS SECTION 6-11.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 6-11.2 Materials "Steel Reinforcing Bar" is deleted and replaced with the following: Kent Special Provisions 9-07.2, Reinforcing Steel "Drain Rock" on the plans shall be Installed per plan and meet the requirements of Kent Special Provisions 9-03.12(4). "Clean Washed Sand" shall be installed per plan and meet the requirements of Kent Special Provisions 9-03.13. "Filter Fabric" shall be installed per plan and be nonwoven and meet the requirements of WSDOT Standard Specifications 9-33.1. "Drain Pipe", "Roof Drain Tightline" and all "Fittings" shall be installed per plan and be made of polyvinyl chloride (PVC) pipe and conform to WSDOT Standard Specifications 7-01.3(1) and 9-05.1(5). "Drain Pipe" shall be installed per plan and perforated along the pipe bottom, while "Roof Drain Tightline" shall be solid with no perforations. "Cleanouts" shall be installed per the plans and include concrete collars when installed in unpaved areas. "Expansion Joints" and "Water Stops" shall meet the requirements shown on the plans. SECTION 6-11.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 6-11.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item: The unit contract price per linear foot for "Cast-in-Place Concrete Flood Wall" shall include all costs for excavating, constructing and installing concrete, reinforcing steel, drain rock, drain pipe, filter fabric, sand, roof drain pipe, common barrow, cleanouts, expansion Joints, water stops, pipe fittings and any other labor and materials necessary to construct the flood wall and drainage system shown on the plans. Measurement shall be for concrete wall length only, not for associated drainage lines. Meridian Valley Creek Enhancements/Knox 6 - 1 June 11, 2012 Project Number 10-3008 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-00 GENERAL REQUIREMENTS 7-00.2 Temporary Creek Bypass The temporary creek bypass shall be designed to bypass a minimum of 10 cfs and shall be Installed as soon as all BMPs are in place and approved by the Engineer The temporary diversion dam shall be installed perpendicular to the channel and of sufficient height to maximize detention, without causing water to flow over the creek banks. The Contractor shall hire a fisheries biologist to safely capture and move fish from the project area. The temporary diversion dam shall be removed carefully to assure that sediment will not exceed water quality standards. Creek bypass may not be necessary depending on creek flow at time of construction. 7-OO.S Payment Payment for supplemental creek bypass pumping shall be per force account. Payment for the above adjustments, resettings and relocations including all labor, materials, tools and equipment shall be considered Incidental to the construction and all costs shall be Included by the Contractor in the unit contract price of other bid Items except for those items which are specifically included in the proposal. Payment for said items shall be included under the appropriate bid item. Payment for the street restoration, including all labor, materials, tools and equipment shall be considered incidental to the construction, and all costs thereof shall be included by the Contractor in the unit contract price of other bid items, except for the HMA Class B, PG 64-22. Payment for this item shall be at the appropriate unit contract price. The unit bid price per lump sum for "Temporary Creek Bypass" constitutes complete compensation for all labor, materials, tools and equipment necessary to construct and install the temporary creek bypass, including temporary gravel filled diversion dams or sheet steel, screened bypass pipe and temporary pumping diversion. This bid item also includes the cost of a fisheries biologist to capture and safely move fish per HPA permit requirements. Meridian Valley Creek Enhancements/Knox 7 - 1 June 5, 2012 Project Number 10-3008 "Supplemental Creek Bypass Pumping" The unit contract price per force account for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to provide and maintain the dewatering and supplemental creek bypass pumping system and removal. If the dewatering or supplemental creek bypass pumps are not used or installed, no payment shall be made to the Contractor. Meridian Valley Creek Enhancements/Knox 7 - 2 June 5, 2012 Project Number 10-3008 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 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 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, and any other work which might affect preparation for planting or hydroseeding. 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: Seed ....................................8-01.3(2)B and 9-14.2 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) Compost Filter Sock................9-14.4(8) and 9-14.5(6) Quarry Spalls.........................9-13 Straw Mulch ..........................9-14.4(1) Wood Cellulose Fiber ..............9-14.4(2) Meridian Valley Creek Enhancements/Knox 8 - 1 June 5, 2012 Project Number 10-3008 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 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. Meridian Valley Creek Enhancements/Knox 8 - 2 June 5, 2012 Project Number 10-3008 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 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 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 maintained by the Contractor for the duration of construction. The TESC facilities shown on the construction plans must be constructed and functional prior to any clearing and grading activities, 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. 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. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion 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 Meridian Valley Creek Enhancements/Knox 8 - 3 June 5, 2012 Project Number 10-3008 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. Meridian Valley Creek Enhancements/Knox 8 - 4 June 5, 2012 Project Number 10-3008 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. 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 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 requirements. Meridian Valley Creek Enhancements/Knox 8 - 5 June 5, 2012 Project Number 10-3008 SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals The Contractor shall submit for the Engineer's approval, a minimum of 4 working days prior to ordering, a sample and manufacturer's 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 i 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 All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with 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. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if there is a suspected discharge that exceeds state water quality standards. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directe by the Engineer. Meridian Valley Creek Enhancements/Knox 8 - 6 June 5, 2012 Project Number 10-3008 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 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 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. 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 Meridian Valley Creek Enhancements/Knox 8 - 7 June 5, 2012 Project Number 10-3008 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 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. Meridian Valley Creek Enhancements/Knox 8 - 8 June 5, 2012 Project Number 10-3008 5. 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 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 at the following rates: EROSION CONTROL: Seed 170lbs/acre Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre 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: 8-01.3(2)D Mulching Wood 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. 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 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 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. Meridian Valley Creek Enhancements/Knox 8 - 9 June 5, 2012 Pro3ect Number 10-3008 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 tacklfler Incorporated Into the mulch fiber during manufacture. If additional tacklfler 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 BYADDING 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 Meridian Valley Creek Enhancements/Knox 8 - 10 June 5, 2012 Project Number 10-3008 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. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)C Straw Bale Barrier Straw bale barriers shall be Installed per the detail and locations shown in the plans. 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 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 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 cleaningoperation shall not flush sediment-laden P water into the downstream system. SECTION 8-01.3(15) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(15) Maintenance The E.S.C. facilities shall be inspected daily by the Contractor and maintained as necessary to ensure their continued function and operation. All 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. Meridian Valley Creek Enhancements/Knox 8 11 June 5, 2012 Project Number 10-3008 SECTION B-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(17) Temporary Sediment Trap The Temporary Sediment Traps shall be constructed in accordance with the details shown in the plans. The Contractor shall Inspect and maintain the Temporary Sediment Traps regularly. The Contractor shall remove sediment from the Trap when sediment has reached a depth of one (1) foot. The ESC Lead (Erosion and Spill Control Lead), as described in Section 8-01 of these Special Provisions shall notify the Engineer of the necessary removal; and as directed by the Engineer, the Contractor shall remove and dispose of the sediment. 8-01.3(18) Vehicle Maintenance and Storage Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A 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 B-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.4 Measurement Temporary Sediment Traps will be measured per lump sum, which shall include the sum total of all items for a complete temporary sediment trap to be constructed and maintained as shown in the plans, and as specified in this Special Provision. Meridian Valley Creek Enhancements/Knox 8 - 12 June 5, 2012 Project Number 10-3008 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. The unit bid price per linear foot for "Compost Filter Sock" constitutes complete compensation for all materials, tools, labor and equipment required for supply, removal and disposal, placement and grading to install the filter sock wherever specified, shown on the plans or as directed by the Engineer. Compost shall comply with WSDOT 9-14.4(8) and compost socks shall be installed as per Kent Special Provisions 9- 14.5(6). The unit bid price per square yard for "Straw Mulch" 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 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. Meridian Valley Creek Enhancements/Knox 8 - 13 June 5, 2012 Project Number 10-3008 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 force account for "Baker Tank" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the baker tank for stormwater collection, storage and disposal. Turbid stormwater that cannot be detained onsite through standard construction practices or other TESC measures, as determined by the Engineer, shall be collected and stored with a baker tank. Once acceptable levels of turbidity are achieved, the Contractor shall release the stormwater at a controlled flow rate as to not cause erosion, scour or sedimentation to ditches, streams, or other downstream systems. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 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 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. Meridian Valley Creek Enhancements/Knox 8 - 14 June 5, 2012 Project Number 10-3008 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) Matting ................................................... 9-14.5 Plant Materials............... ............... ....... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 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: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand unless another method is pre-approved as directed by the Engineer. Mendian Valley Creek Enhancements/Knox 8 - 15 June 5, 2012 Project Number 10-3008 SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of trees and shrubs and emergents shall be according to the planting plan details, unless otherwise directed by the Engineer. The Contractor shall lay-out planting locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting General notes Quality assurance 1. Plants shall meet or exceed the specifications of federal, state, and local laws requiring Inspection for plant disease and Insect control. 2. Plants shall be healthy, vigorous, and well-formed, with well developed, fibrous root systems, free from dead branches or roots. Plants shall be free from damage caused by temperature extremes, lack or excess of moisture, Insects, disease, and mechanical injury. Plants in leaf shall be well foliated and of good color. Plants shall be habituated to the outdoor environmental conditions Into which they will be planted (hardened-off) 3. Trees with damaged, crooked, multiple or broken leaders will be rejected. Woody plants with abrasions of the bark or sun scald will be rejected. 4. Nomenclature: plant names shall conform to Flora of the Pacific Northwest by Hitchcock and Cronquist, University of Washington Press, 1973 and/or to A Field Guide to the Common Wetland Plants of Western Washington & Northwestern Oregon, ed. Sarah Spear Cooke, Seattle Audubon Society, 1997. Definitions 1. Plants/plant materials. Plants and plant materials shall include any live plant material used on the project. This includes but is not limited to container grown, b&b or bareroot plants; live stakes and fascines (wattles); tubers, corms, bulbs, etc..; sprigs, plugs, and liners. 2. Container grown. Container grown plants are those whose rootballs are enclosed in a pot or bag in which that plant grew. 3. Live stakes. Live stakes are cut from dormant, healthy, living individuals of the specified plant species at the specified size and are to be planted before roots form. Live stakes shall have a straight top cut immediately above but not into a node. The lower, rooting end of the live stake shall be cut at a 45-degree angle. Live stakes are cut from one to two year old wood and have no branches. Meridian Valley Creek Enhancements/Knox 8 - 16 ]une 5, 2012 Project Number 10-3008 Substitutions 1. It Is the Contractor's responsibility to obtain specified materials in advance if special growing, marketing or other arrangements must be made in order to supply specified materials. 2. Substitution of plant materials not on the project list will not be permitted unless authorized In writing by the engineer. 3. If proof Is submitted that any plant material specified is not obtainable, a proposal will be considered for use of the nearest equivalent size or alternative species, with corresponding adjustment of contract price. 4. Such proof will be substantiated and submitted in writing to the engineer at least 30 days prior to start of work under this section. Inspection 1. Plants shall be subject to inspection and approval by the engineer for conformance to specifications, either at time of delivery on-site or at the grower's nursery. Approval of plant materials at any time shall not Impair the subsequent right of Inspection and rejection during progress of the work. 2. Plants Inspected on site and rejected for not meeting specifications must be removed Immediately from site or red-tagged and removed as soon as possible. 3. The restoration specialist may elect to Inspect plant materials at the place of growth. After Inspection and acceptance, the engineer may require the Inspected plants be labeled and reserved for project. Substitution of these plants with other Individuals, even of the same species and size, is unacceptable. Measurement of plants 1. Plants shall conform to sizes specified unless substitutions are made as outlined in this contract. 2. Height and spread dimensions specified refer to main body of plant and not branch or root tip to tip. Plant dimensions shall be measured when their branches or roots are in their normal position. 3. Where a range of size is given, no plant shall be less than the minimum size and at least 50% of the plants shall be as large as the median of the size range. (Example: if the size range is 12" to 1811, at least 50% of plants must be 15" tall.) SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. Stake trees only if necessary (typically if tree is > 4' tall) unless otherwise directed by the Engineer. Stake trees at on-third of height with 'tree ties" or Engineer approved alternative. Meridian Valley Creek Enhancements/Knox 8 - 17 June 5, 2012 Project Number 10-3008 SECTION 8-02.3(11) IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon date of project acceptance by Kent City Council. Maintenance shall include weeding and replanting as necessary (see Section 8-02.3(14) of the Kent Special Provisions). A plant establishment plan, as directed in WSDOT Standard Specifications 8-02.3(13), shall be prepared at the completion of planting. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees, shrubs and emergents which, in the opinion of the Engineer, 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: 8-02.3(17) Plant and Site Protection During Entire Construction Period 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. SECTION 8-02.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for the following bid items constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking shrubs and trees in accordance with the plans and the Kent Special Provisions. This item includes but is not Meridian Valley Creek Enhancements/Knox 8 - 18 June 5, 2012 Project Number 10-3008 limited to excavation of holes, mulch, tree ties and stakes, and for maintaining trees for a period of not less than two calendar years. Common Name Scientific Name Plant Condition Oregon Ash Fraxinus latifolia 2 Gallon Sitka Spruce Picea sitchensis 2 Gallon Douglas Fir Pseudotsu a menziesii 2 Gallon Western Red Cedar Thu]a plicata 2 Gallon Red Twig Dogwood Cornus sencea 1 Gallon Black Twinberry Lonicera involucrata 1 Gallon Oceans pray Holodiscus discolor 1 Gallon Tall Mahonia Mahonia a uifolium 1 Gallon Pacific Ninebark Ph socar us ca itatus 1 Gallon Red Flowering Currant Ribes san uineum 1 Gallon Baldhip Rose Rosa gymnocarpa 1 Gallon Nootka Rose Rosa nutkana 1 Gallon Thimbleberry Rubus parviflorus 1 Gallon -Salmonberry Rubus s ectabilis 1 Gallon -Snowberry S m horicar os albus 1 Gallon Slough Sedge Carex obnu to 10 CI Plug Hardstem Bulrush Scir us acutus 10 CI Plug Small Fruited Bulrush Scir us microcar us 10 CI Plug Common S ikerush Eleocharis palustris 10 CI Plug DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-26 INSTREAM ROCK AND LARGE WOOD 8-26.1 Description This work shall consist of providing and installing spawning gravel, cobble/boulder mix, habitat logs, rootwads and log anchors as shown on the plans. 8-26.2 Materials "Spawning Gravel" shall conform with WSDOT Standard Specifications 9-03.11(1). "Cobble/Boulder Mix" shall conform with WSDOT Standard Specification 9-03.11(2). "Log with Rootwad", "Rootwad", Digger Log", and "Manta Ray Anchor" shall conform with Kent Special Provisions 9-09.2(4). 8-26.3 Construction Requirements The Contractor shall notify the Engineer two working days prior to beginning installation of the habitat logs and rootwads. All instream structures shall be constructed as shown in the Details at the locations located on the Plans or as directed by the Engineer. Logs and rootwads may be subject to field-fit conditions. Meridian Valley Creek Enhancements/Knox 8 - 19 June 5, 2012 Project Number. 10-3008 8-26.4 Measurement Bid Item of work completed will be measured as provided in Section 1- 09.1 Measurement of Quantities unless otherwise provided for by individual measurement paragraph herein this Section. No separate measurement will be made for excavation, placement, or topsoil backfill, for constructing and installing the logs, rootwads, rock or anchors. The costs for these items shall be included in the related items of work. The following items will be measured by the ton installed: "Spawning Gravel" "Cobble/Boulder Mix" "Log with Rootwad", "Rootwad", "Digger Log, and "Manta Ray Anchor" will be counted indivudally. 8-26.5 Payment "Spawning Gravel" "Cobble/Boulder Mix" The unit contract price per ton for the above items constitutes complete compensation for all labor, materials, tools, and equipment necessary to supply and install the rock as shown on the plans and described in the specifications. "Log with Rootwad" "Rootwad" "Digger Log" "Manta Ray Anchor" The unit contract price per each for the above items will likewise constitute complete compensation to supply and install these items as shown on the plans. 8-27 Mulch and Topsoil 8-27.1 Description This work consists of supplying and installing wood chip mulch and compost-amended topsoil as shown on the plans. 8-27.2 Materials "Topsoil" shall consist of: 1. Approved imported topsoil with a minimum 25% organic material, or 2. Topsoil salvaged from channel excavation and amended on- site with compost to achieve 35% minimum organic material, or Meridian Valley Creek Enhancements/Knox 8 - 20 June 5, 2012 Project Number 10-3008 3. Some combination thereof as determined by the Engineer and suitable to site conditions. Salvaged topsoils shall be amended by first placing an appropriately thick layer of salvaged topsoil over the area, then tilling in an appropriately thick layer of compost. The ratio of salvaged soil to compost shall be determined by Engineer based on soil conditions. If salvaged soils already contain sufficient organic material, amendment may not be necessary. "Wood Chip Mulch" shall conform to WSDOT Standard Specifications 9-14.4(3) and be spread over the entire planting area as indicated on the plans. "Compost" shall conform to Kent Special Provisions 9-14.4(8) and be incorporated Into topsoil as needed to supply required organic material as noted In "Topsoil" description. 8-27.5 Payment "Wood Chip Mulch" "Compost" „Topsoil„ The unit contract price per cubic yard for the above items shall include all costs for all labor, materials, tools and equipment necessary to supply and spread the compost, mulch and topsoil. This item includes, but is not limited to the labor required for raking and compacting, clean-up and complete preparation ready for seeding and planting. "Topsoil" contract price shall also include hauling, spreading and amending topsoil with compost as described in plans and in Kent Special Provisions Section 8-27.2 above. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of furnishing, constructing, and maintaining project signs complying with the requirements of these specifications where shown in the plans or where directed by the Engineer. 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. 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. Meridian Valley Creek Enhancements/Knox 8 - 21 June 5, 2012 Project Number 10-3008 8-30.3(2) Design A Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board as shown in Kent Standard Plan 6-13. 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. 8-30.3(3) Design B Fasten three (3) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Three horizontal braces shall be attached to the back of the sign board as described in Design A. Attachment of posts and bracing shall meet with the approval of the Engineer. Reference Kent Standard Plan 6-13. 8-30.3(4) Painting The face and edges of the 1/2 inch plywood sign board shall have one prime coat and two coats of exterior enamel. The posts, braces, and back of the sign board shall each have one coat of primer and exterior enamel. Paint enamel colors shall be red, blue, black and white as specified on Standard Plan 6-13 of the Special Provisions. 8-30.3(5) Letter Types The letter type shall be solid Helvetica medium, except in the cartoon balloon which shall be as indicated on Standard Plan 6-13 of the Special Provisions. 8-30.3(6) General Layout The general layout shall conform to Kent Standard Plan 6-13. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 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 per each for "Proiect Sign" price constitutes complete compensation for furnishing all labor and materials, to install and maintain the project sign for the life of the project or until ordered removed by the Engineer. Failure to procure signs when available or adequately maintain and return project signs to the City of Kent Meridian Valley Creek Enhancements/Knox 8 - 22 June 5, 2012 Project Number 10-3008 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. Meridian Valley Creek Enhancements/Knox 8 - 23 June 5, 2012 Pro ject Number 10-3008 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.12(4) Gravel Backfill for Drains "Drain Rock" on the plans shall meet the requirements of Section 9- 03.12(4) of the WSDOT Standard Specifications for "Gravel Backfill for Drains" or Section 9-03.12(5) of the WSDOT Standard Specifications for "Gravel Backfill for Drywells". SECTION 9-03.13 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.13 Backfill for Sand Drains "Clean Washed Sand" on the plans shall meet the requirements of Section 9-03.13 of the WSDOT Standard Specifications for "Backfill for Sand Drains" or the paver manufacturer recommendations. 9-07 REINFORCING STEEL SECTION 9-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-07.2 Deformed Steel Bars Deformed steel bars shall conform to ASTM 615 Grade 60. All reinforcing steel splices shall be two feet minimum unless shown otherwise In the plans. Deformed steel bars are referred to in the plans and specifications by number: for example, #3, #4, #5, etc. 9-09 TIMBER AND LUMBER SECTION 9-09 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 9-09.2(4) Habitat Logs, Rootwads and Anchors "Logs with Rootwad" shall have rootwads attached, be a minimum of 18' long and 12" diameter at the smallest point. Logs and rootwad shall be rot-free, native cedar or fir. "Digger Log" shall be a minimum of 18' long and 12" diameter at the smallest point. Logs shall be rot-free, native cedar or fir. "Rootwad" shall be at least 3' in diameter with a 3'-6' trunk attached. Rootwad will be sound, rot-free, native cedar or fir species stump. Excess dirt shall be removed from the root mass prior to delivery. Meridian Valley Creek Enhancements/Knox 9 - 1 June 5, 2012 Project Number 10-3008 "Manta Ray Anchor" shall be manta ray MR-3 earth anchors (Foresight Products, LLC, 1-800-325-5360) or engineer-approved equivalent. Anchors to be driven a minimum 7' (84") Into the ground (or per manufacturers recommendations at an angle approximately 150 to 300 from vertical aimed away from the center of the channel and upstream. All anchors shall be set and load tested to 6,000 lbs. If MR-3 anchors are unalbe to achieve specified load rating, a larger anchor (MR-2 or MR-1) shall be substituted that meets the specified load rating. Alternatively, If MR-3 anchors are unable to be driven to desired level, a smaller anchor (MR-4 or MR-88) shall be used and set to the same load rating. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 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: WSDOT No-Clover Erosion Mix 45% Creeping Red Fescue 45% Perennital Rye-Grass 10% Highland Colonial Bentgrass 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 upon request sales receipt for all nursery stock and certificates of inspection. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. Meridian Valley Creek Enhancements/Knox 9 - 2 June 5, 2012 Project Number 10-3008 SECTION 9-14.5(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 9-14.5(6) Compost Socks General compost filter sock Installation notes: Socks shall be Installed prior to any land-disturbing activities. Socks shall consist of compost enclosed in biodegradable fabric, Cedar Grove compost sock or approved equivalent product. The socks shall be trenched Into the ground a minimum of two (2) Inches. Socks shall be Installed per manufacturers specifications. On slopes, socks should be Installed on contour with a slight downward angle at the end of the row in order to prevent ponding at the mid section. Running lengths of socks should be abutted firmly to ensure no leakage at the abutments. Staking: wood stakes to secure the socks is required. Be sure to use a stake that is long enough to protrude several inches above the sock: 18" is a good length for hard, rocky soil. For soft loamy soil use a 24" sta ke. Detail notes: Installation: When installing running lengths of socks, butt the second sock tightly against the first, do not overlap the ends. Stake the socks at each end three to four feet on center. For example: A 25 foot sock uses 6 stakes min. A 20 foot sock uses 5 stakes min. A 12 foot sock uses 4 stakes min. Stakes should be driven through the middle of the sock. Leaving 2 - 3 inches of the stake protruding above the sock. A heavy sediment load will tend to pick the sock up and could pull it off the stakes if they are driven down too low. It may be necessary to make a hole in the sock with a pick or rock bar in order to get the stake through the straw. When straw socks are used for flat ground applications, drive the stakes straight down; when installing socks on slopes, drive the stakes perpendicular to the slope. Drive the first end stake of the second sock at an angle toward the first sock in order to help abut them tightly together. Meridian Valley Creek Enhancements/Knox 9 - 3 June 5, 2012 Project Number 10-3008 9.14.7 Stakes, Guys and Wrapping SECTION 9-14.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Matt Knox, Envirionmental Ecologist at (253) 856-5551. SECTION 9-16 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16 FENCING 9-16.1 Description "High Visibility Construction Fence" shall be 48" high, lightweight, polyethylene construction fencing staked 12' on center with 72" metal posts driven a minimum of 20" below grade. "High Visility Construction Fence" shall be Installed as noted on plans and around the extent of the project area unless otherwise directed by the Engineer. "Tree Protection Fence" materials and Installation shall be identical to that for "High Visibility Construction Fence" except that posts shall be spaced at 6' on center and Installed 5' beyond the tree dripline unless otherwise directed by the Engineer. 9-16.5 Payment "Tree Protection Fencing" "High Visibility Construction Fence" The unit contract price per lineal foot for the above items shall include full compensation for all materials, tools, labor and equipment to install, maintain and remove fencing at project completion. Tree Protection and High Visibility Construction fence shall be installed and comply with Kent Special Provisions 9-16.1. Meridian Valley Creek Enhancements/Knox 9 - 4 June 5, 2012 Project Number 10-3008 PREVAILING WAGE RATES Meridian Valley Creek Enhancements/Knox A - 1 June 5, 2012 Project Number 10-3008 a wbv a va a State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 06/26/2012 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $40.03 5D 1H King Boilermakers Journey Level $60.24 5N 1C King Brick Mason Brick And Block Finisher $41.41 5A 1M King Brick Mason Journey Level $48.27 5A 1M King Brick Mason Pointer-Caulker-Cleaner $48.27 5A 1M King Buitd_ing Service Employees Janitor $19.52 5S 2F King Building Service Employees Traveling Waxer/shampooer $19.93 5S 2F King Building Service Employees Window Cleaner (Scaffold) $23.94 5S 2F King Building Service Employees Window Clean er(non-scaffold) $23.08 5S 2F King Cabinet Makers (In Shop) Journey Level $22 74 1 King Carpenters Acoustical Worker $48.631 5D 1M King Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A 1M King Carpenters Carpenter $48.47 5D 1M King Carpenters Creosoted Material $48.57 5D 1M King Carpenters Floor Finisher $48.60 5D 1M King Carpenters Floor Layer $48 60 5D 1M King Carpenters Floor Sander $48.601 5D 1M King Carpenters Sawfiler $48.60 5D 1M King Carpenters Shingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.60 5D 1M King Carpenters Stationary Woodworking Tools $48.60 5D 1_M King Cement Masons Journey Level $49.15 7A 1_M King Divers E Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1_M King Divers 8 Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1 B King Dredge Workers Assistant Engineer $49.57 5D 1T 8L King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L King Dredge Workers Engineer Welder $49.62 5D 1T 8L King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L King Dredge Workers Maintenance $49.06 5D 1T 8L ; King Dredge Workers Mates And Boatmen 1 $49.571 5D 1T 8L King Dredge Workers Oiler $49.19 5D 1T 8L King Drywall Applicator Journey Level $48.47 5D 1M King Drywall Tapers Journey Level $48.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1 E 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 _7_C 2W King Electr icia_n_s -_Inside Journey Level (tunnel) $61.93 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powertne Construction Cable Splicer $64 95 5A 4A King Electricians - Powerlie Construction Certified Line Welder $59 37 5A 4A King Electricians - Powerlme Construction Groundperson $42.16 5A 4A King Electricians - Powerhne Construction Head Groundperson $44.501 5A 4A King Electricians - Powerhne Construction Heavy Line Equipment Operator $59.37 5A 4A King Electricians - Powerlme Construction Jackhammer Operator $44.50 5A 4A King Electricians - Powerhne Construction Journey Level Lineperson $59.37 5A 4A King Electricians - Powertne Construction Line Equipment Operator $49.95 5A 4A King Electricians - Powerhne Construction Pole Sprayer $59.37 5A 4A King Electricians - Powerhne Construction Powderperson $44.50 5A 4A King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $75.24 7D 4A King Elevator Constructors Mechanic In Charge $82.00 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $14 15 5B 2K Products Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $33.93 7A 2Y King Glaziers Journey Level $50.91 7L 1Y King Heat Et Frost Insulators And Asbestos Journeyman $55.68 5J 1S 1 Workers King Heating Equipment Mechanics Journey Level $67.82 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $41.28 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial Power Vacuum Cleaner Journey Level $9 24 1 King Inland Boatmen Boat Operator $51.95 5B 1K King inland Boatmen Cook $48 62 5B 1K King Inland Boatmen Deckhand $48.621 5B 1K King Inland Boatmen Deckhand Engineer $49.60 513 1K King Inland Boatmen Launch Operator $50.80 5B 1K King Inland Boatmen Mate $50.80 513 1K King Inspection/Cleaning/Seating Of Cleaner Operator, Foamer Operator $31.49 1 Sewer_a Water Systems By Remote Control King Inspection/Cleaning/Seating-Of Grout Truck Operator $11.48 1 Sewer-Et Water Systems By Remote Control King Inspection/Cleaning/Seating Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cl_eamng/Se_ating Of Technician $19.33 1 Sewer Et Water Systems By Remote Control i King Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $48.47 5D 1M King Ironworkers Journeyman $58.27 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $40.03 7A 2Y King Laborers Airtrac Drill Operator $41.28 7A 2Y King Laborers Ballast Regular Machine $40.03 7A 2Y King Laborers Batch Weighman $33.93 7A 2Y King Laborers Brick Pavers $40.03 7A 2Y i King Laborers Brush Cutter $40.03 7A 2Y r King Laborers Brush Hog Feeder $40.03 7A 2Y j King Laborers Burner $40.03 7A 2Y King Laborers Caisson Worker $41.281 7A 2Y King Laborers Carpenter Tender $40.03 7A 2Y j King Laborers Caulker $40 03 7A 2Y 3 King Laborers Cement Dumper-paving $40.77 7A 2Y King Laborers Cement Finisher Tender $40.03 7A 2Y King Laborers Change House Or Dry Shack $40.03 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.031 7A 2Y King Laborers Chipping Gun(30 Lbs. And Over) $40.771 7A 2Y King Laborers Choker Setter $40.03 7A 2Y King Laborers Chuck Tender $40.03 7A 2Y King Laborers Clary Power Spreader $40.77 7A 2Y King Laborers Clean-up Laborer $40.03 7A 2Y King Laborers Concrete Dumper/chute Operator $40.77 7A 2Y King Laborers Concrete Form Stripper $40.03 7A 2Y King Laborers Concrete Placement Crew $40.77 7A 2Y King Laborers Concrete Saw Operator/core Driller $40.77 7A 2Y King Laborers Crusher Feeder $33.93 7A 2Y King Laborers Curing Laborer $40.03 7A 2Y King Laborers Demolition: Wrecking Et Moving $40.03 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.03 7A 2Y King Laborers Diver $41.28 7A 2Y King Laborers Drill Operator (hydraulic,diamond) $40.77 7A 2Y King Laborers Dry Stack Walls $40.03 7A 2Y King Laborers Dump Person $40.03 7A 2Y King Laborers Epoxy Technician $40.03 7A 2Y King Laborers Erosion Control Worker $40.03 7_A 2Y King Laborers Faller Et Bucker Chain Saw $40.77 7A 2Y King Laborers Fine Graders $40.03 7A 2Y " King Laborers lFirewatch $33.93 7A 2Y ., , King Laborers Form Setter $40.031 7A 2Y King Laborers Gabian Basket Builders $40.03 7A 2Y King Laborers General Laborer $40 03 7A 2Y King Laborers Grade Checker Et Transit Person $41 28 7A 2Y King Laborers Grinders $40.03 7A 2Y King Laborers Grout Machine Tender $40.03 7A 2Y King Laborers Groutmen (pressure)including Post $40.77 7A 2Y Tension Beams King Laborers Guardrail Erector $40.03 7A 2Y King Laborers Hazardous Waste Worker (level A) $41.28 7A 2Y King Laborers Hazardous Waste Worker ([eve[ B) $40.77 7A 2Y King Laborers Hazardous Waste Worker (level C) $40.031 7A 2Y King Laborers High Scaler $41.281 7A 2Y King Laborers Jackhammer $40.77 7A 2Y King Laborers Laserbeam Operator $40 77 7A 2Y King Laborers Maintenance Person $40.03 7A 2Y "King Laborers Manhole Builder-mudman $40.77 7A 2Y King Laborers Material Yard Person $40.03 7A 2Y King Laborers Motorman-dinky Locomotive $40.77 7A 2Y King Laborers Nozzleman (concrete Pump, Green $40.77 7A 2Y Cutter When Using Combination Of High Pressure Air & Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $40.771 7A 2Y King Laborers Pilot Car $33 93 7A 2Y King Laborers Pipe Layer Lead $41.28 7A 2Y King Laborers Pipe Layer/tailor $40.77 7A 2Y King Laborers Pipe Pot Tender $40.77 7A 2Y King Laborers Pipe Reliner $40.77 7A 2Y King Laborers Pipe Wrapper $40.77 7A 2Y King Laborers Pot Tender $40 03 7A 2Y King Laborers Powderman $41.28 7A 2Y King Laborers Powderman's Helper $40.03 7A 2Y King Laborers Power Jacks $40 77 7A 2Y King Laborers Railroad Spike Puller - Power $40.77 7A 2Y King Laborers Raker - Asphalt $41.28 7A 2Y King Laborers Re-timberman $41.28 7A 2Y King Laborers Remote Equipment Operator $40.77 7A 2Y King Laborers Rigger/signal Person $40.77 7A 2Y King Laborers Rip Rap Person $40.03 7A 2Y King Laborers Rivet Buster $40 77 7A 2Y King Laborers Rodder $40.77 7A 2Y King Laborers Scaffold Erector $40.03 7A 2Y King Laborers Scale Person $40.031 7A 2Y King Laborers Sloper (over 20") $40 77 7A 2Y King Laborers Sloper Sprayer $40.03 7A 2Y King Laborers Spreader (concrete) $40.77 7A 2Y King Laborers Stake Hopper $40.03 7A 2Y King Laborers Stock Piler $40.03 7A 2Y King _Laborers Tamper Et Similar Electric, Air Et Gas $40.77 7A 2Y Operated Tools King Laborers Tamper (multiple Et Self-propelled) $40 77 7A 2Y King Laborers Timber Person - Sewer (lagger, $40.77 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.03 7A 2Y King Laborers Topper $40.03 7A 2Y King Laborers Track Laborer $40.03 7A 2Y King Laborers Track Liner (power) $40.77 7A 2Y King Laborers Truck Spotter $40.03 7A 2Y King Laborers Tugger Operator $40 77 7A 2Y King Laborers Tunnel Work-Compressed Air Worker $52.08 7A 2Y 8Q 0-30 psi King Laborers Tunnel Work-Compressed Air Worker $57.08 7A 2Y 88 30 01-44.00 psi King Laborers Tunnel Work-Compressed Air Worker $60.76 7A 2Y 8Q 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air Worker $66.46 7A 2Y 8Q 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air Worker $68.58 7A 2Y 8Q 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air Worker $73.68 7A 2Y 8Q 64 01-68.00 psi King Laborers Tunnel Work-Compressed Air Worker $75.58 7A 2Y 88 ; 68.01-70.00 psi King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 2Y 8Q King Laborers Tunnel Work-Miner $41.38 7A 2Y 8Q King Laborers Vibrator $40.77 7A 2Y King Laborers Vinyl Seamer $40.03 7A 2Y King Laborers Watchman $30.84 7A 2Y King Laborers Welder $40.77 7A 2Y King Laborers Well Point Laborer $40.77 7A 2Y King Laborers Window Washer/cleaner $30.84 7A 2Y King Laborers - Underground-Sewer-Et General Laborer Et Topman $40.03 7A 2Y Water King Laborers - Underground Sewer Et Pipe Layer $40.77 7A 2Y Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment Operators Or $28.17 1 Truck Drivers King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $48.74 5D 1H King Marble Setters Journey Level $48.27 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1_ King Metal Fabrication (In Shop) Machine Operator $13.041 1 King Metal Fabrication (In Shop) Painter $11 10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $49 47 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11 56 1 King Modular Buildings Plumber $11 56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11 561 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $35 72 6Z 2B King Pile Driver Journey Level $48.67 5A 1M King Plasterers Journey Level $46.88 7Q 1R King Playground Et Park Equipment Journey Level $9.04 1 Installers King Plumbers Et Pipefitters Journey Level $70 84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50 391 7A 1T 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 I 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 $49.90 7A I 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 _8_P 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 IT 8P With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators 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 Power Equipment Operators Cranes: A-frame - 10 Tons And Underl $47.12 7A 1T 8P King Power Equipment Operators Cranes: Friction 100 Tons Through $51.51 7A 1T 8P 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $49.90 7A 1T 8P King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P (power) King Power Equipment Operators Derricks, On Building Work $50 39 7A 1T 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P King Power Equipment Operators Dozers D-9 Et Under $49 481 7A 1T 8P King Power Equipment Operators Drill Oilers. Auger Type, Truck Or $49 48 7A 1T 8P Crane Mount King Power Equipment Operators Drilling Machine $49.90 7A 1T 8P King Power Equipment Operators Elevator And Man-lift: Permanent $47.12 7A 1T 8P And Shaft Type King Power-Equipment Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco Et Similar Equipment King Power Equip ment_Operators Forklift 3000 Lbs And Over With $49.48 7A 1T 8P Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Attachments King 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 King Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- $50.39 7A 1T 8P Road Equipment 45 Yards. Et Over King 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 King Power Equipment_Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P x King _Power Equipment Operators Hydratifts/boom Trucks Over 10 $49.48 7A 1T 8P Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Under King Power_Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P King 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 King Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P King Power Equipment Operators Locomotives, All $49.90 7A 1T 8P King 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) King 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 King Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P ;King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Boring, Road Header And/or Shield 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 Mantifts), Air Tuggers,strato King Power-Equipment Operators Overhead, Bridge Type: 45 Tons $50.39 7A 1T 81) Through 99 Tons King Power Equipment Operators Pavement Breaker $47.121 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 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 I 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 Beltman $47.12 7A 1T 8P King Power Equipment Operators Rollagon $50.39 7A 1T 8P 3King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P King Power Equipment Operators Roller, Plant Mix Or Multi-hft $49 48 7A 1T 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $49.90 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 $49.481 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/gunite 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 Shove(, 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 jPower Equipment Operators Trenching Machines $49.481 7A 1T i 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P And Over King _Power E umment Operators Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Tons King Power Equipment Operators Truck Mount Portable Conveyor $49.901 7A 1T 8P King Power Equipment Operators Welder $50.39 7A 1T 8P King Power Equipment Operators Wheel Tractors, Farman Type $47.12 7A 1T 8P King 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 King Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P ' Underground Sewer Et Water King Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer Et Water King Power_Equipmen_t__Operators- Compressor $47.12 7A 1T 8__P Underground Sewer Et Water King 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 Ft Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump- Truck Mount With $49.90 7A 1T 8P Underground Sewer fi Water Boom Attachment Up To 42m King Rower Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water King 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 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 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction 100 Tons Through $51.51 7A 1T 8P Underground Sewer Et Water 199 Tons . "Fl. .v v. . I King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Underground 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 Underground Sewer Et Water (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 & 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 4King 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 & 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 Et 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 Underground 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 1T 8P Underground Sewer_Et_Water ; King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T I 8P Underground Sewer Et Water i I a ubv a s va a i King Power Equipment Operators_ Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water King 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) King Power Equipment Operators- Mixers. Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Underground Sewer Et Water Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $47.12 7A 1T 8P Underground Sewer Et Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $50 39 7A 1T 8P Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $47 12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $49 90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment 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 Et Water King Power Egupment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer Et Water King Power E jprnent 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 King Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer Et Water King 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 King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Underground Sewer Et Water Materials 1 King Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer ff Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $49.90 7A 1T 8P l Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P 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/gunite Equipment $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $50 39 7A 1T 8P Underground Sewer It 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 Et 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 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer Et 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 Es 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 Et 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 1T 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 $42.91 5A 4A King Power Line Clearance Tree Trimmers Spray Person $40.73 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $41.29 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $38.38 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $28.95 5A 4A King Refrigeration Et Air Conditioning Journey Level $69.96 6Z 1G Mechanics King Residential Brick Mason Journey Level $48.27 5A 1M King Residential Carpenters Journey Level $28.201 1 King Residential Cement Masons Journey Level $22.64 1 King Residential-Drywall Applicators Journey Level $38 081 5D 1M a ubv a✓ va a King Residential_Drywall Tapers Journey Level $48.79 5P 1E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $34.60 7L 1H King Residential-Insulation Applicators Journey Level $26 28 1 King Residential_Laborers Journey Level $23.03 1 } King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Pipefitters Journey Level $34.69 1 King Residential Refrigeration Er Air Journey Level $69.96 6Z 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $40.04 7F 111 King Residential Soft Floor Layers Journey Level $41.951 5A 2Z King Residential Sprinkler Fitters (Fire Journey Level $41.31 5C 211 Protection) King Residential Stone Masons Journey Level $48.27 5A 1M { King Residential Terrazzo Workers Journey Level $43.93 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $21.46 1 King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.65 5A 1R King Roofers Using Irritable Bituminous Materials $46.651 5A 1 R King Sheet-Metal Workers Journey Level (Field or Shop) $67.82 7F 1 E King Shipbuilding Et Ship-Repair Boilermaker $35.83 7M 1H King Shipbuilding Et Ship Repair Carpenter $36 62 70 36 King Shipbuilding Et Ship Repair Electrician $36.23 70 36 King Shipbuilding a Ship Repair Heat Et Frost Insulator $55.68 5J 1S King Shipbuilding Et Ship Repair Laborer $34.82 70 313 King Shipbuilding Et Ship Repair Machinist $36.19 70 3B King Shipbuilding a Ship Repair Operator $38 58 70 3B King Shipbuilding Et Ship Repair Painter $36.21 70 36 King Shipbuilding a Ship Repair Pipefitter $36.16 70 313 King Shipbuilding a Ship Repair Rigger $36.161 70 3B King Shipbuilding a Ship Repair Sandblaster $35.17 70 3B King Shipbuilding a Ship Repair Sheet Metal $36.14 70 36 King Shipbuilding a Ship Repair Shipfitter $36.16 70 313 King Shipbuilding a Ship Repair Trucker $36 00 70 3B King Shipbuilding a Ship Repair Warehouse $36 06 70 3B King Shipbuilding a Ship Repair Welder/Burner $36.16 70 3B King Sign Makers a installers (Electrical) Sign Installer $22.92 1 King Sign Makers a Installers (Electrical) Sign Maker $21.36 1 King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical) A King Sign Makers a Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $41.95 5A 2Z King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $48.27 5A 1M King IStreet 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 $34.20 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $32.78 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $34.20 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $34.21 5A 2B Outside (Heavy) King Telephone Line Construction- Telephone Equipment Operator $31 81 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $31.81 5A 2B Outside King Telephone Line Construction= Television Groundperson $18.16 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B Outside King Telephone Line Construction - Television System Technician $28.72 5A 2B Outside King Telephone Line Construction - Television Technician $25.81 5A 2B Outside King Telephone Lm_e Construction - Tree Trimmer $31.82 5A 2B Outside King Terrazzo Workers Journey Level $43.93 5A 1M King Tile Setters Journey Level $21.651 1 King Tile,-MarbleEt Terrazzo Finishers Finisher $37.76 5A 1B King Traffic Control Strioers Journey Level $40.73 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $46.97 5D 3A 8L Joint Council 28) i !King Truck Drivers Asphalt Mix To 16 Yards (W. WA- $46.13 5D 3A 8L Joint Council 28) King Truck Drivers Dump Truck Et Trailer $46.97 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint Council $46.13 5D 3A 8L 28) King Truck Drivers Other Trucks (W. WA-Joint Council $46.97 5D 3A 8L 28) King Truck Drivers Transit Mixer $23.451 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers It Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et-Irrigation Pump Well Driller $18.00 1 Installers BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 ssgsssssssssassssssxssssssssx*x**xxxxxxxx**x******x*x*x**x***xxx*x********x**+x*xx***x*x**x***x*►s*s*e*******s**s****** OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS,THE HOURLY 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. i 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 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 WAGE 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 AT ONE 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 RATE OF WAGE 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 SUND.AY S 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 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 OFTEN(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 WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOLRS 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 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(I0)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 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 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 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 03-02-2012 THRU 08-30-2012 -2- 1 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 THT HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 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 OF TEN (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 RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE 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 EMPLOYEE) 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 03-02-2012 THRU 08-30-2012 -3- 1 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 2 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 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 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 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 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 BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED ON SATURDAYS(EXCEPT FOR MAKE-UP DAYS) 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 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 03-02-2012 THRU 08-30-2012 -4- 3. 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 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 ANY SHIFT STARTING BETWEEN THE HOURS OF 6 00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR ($1 00)PER HOUR FOR ALL HOURS WORKED THAT SHIFT 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 B 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, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ON -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 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 ATONE 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 BEFORE 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(8) 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) BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -5- 5 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 DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 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, WASHINGTON'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) 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,CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2) 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) 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 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,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 BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -6- 7 C HOLIDAYS NEW YEAR'S DAY,MARTIN LUTHLR KING JR DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING 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 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 THANKSGIV ING 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 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 OBSERVED 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 (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 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 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 BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -7- 7 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 11) 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 BE 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 NOTE CODES 8. 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 OVER 100'TO 150'-S3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-S4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5 00 PER FOOT FOR EACH FOOT OVER 220 FEET 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'-$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 $0 25 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 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$0 50 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 REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENT K'nsni ncTory This form mast be printed on cherry paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator Matt Knox Phone (Originator) 5551 Date Sent Date Required 5 Return Signed Document to Nancy Yoshltake CONTRACT TERMINATION DATE: 90 working days VENDOR NAME: Terra Dynamics, Inc DATE OF COUNCIL APPROVAL: 7/3112 Brief Explanation of Document The attached construction agreement is with Terra Dynamics to improve 460 LF of an existing creek channel to enhance habitat conditions and reduce flooding for the Meridian Valley Creek Enhancements Project All Contracts Must Be Routed Through the Law Department (This Area to be Completed By the Law Department) Received- , Approval of Law Dept 1 Law Dept Comments I, RECEIVED A J 'IJL Date Forwarded to Mayor Shaded Areas to Be Co pleted_by,Rditiini tratior),Staff Received I li �{ i,;'. J U L 1 c 20112 +I�k RECEIVED, Recommendations & Comment V-1 Of I MIT J'�t Disposition: /Z Ci1w 04 KC,.f � G ,,eOffice of the Mayor Date Returned: Iage5870_templatebase 2/07