Loading...
HomeMy WebLinkAboutPW14-147 - Original - ICON Materials - 2014 Asphalt Overlays - 06/13/2014 q, ,, Records Ma ;remWASHINGTON e3 KENT 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: ICON Materials' Vendor Number: JD Edwards Number Contract Number: 9W 14 ® Iq This is assigned by City Clerk's Office Project Name: 2014 Asphalt Overlays Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 50 Working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Ken Langholz Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of instal ing approximately 5,600 tons_of hot mix asphalt, 22,000 square yards of planing asphalt concrete, 23,100 square yards of fabric reinforcement, 5 each of work and utility traffic a signal modifications, 2,200 tons of crushed surfacing including pavement i S:Public\RecardsManagement\Forms\ContractCover\adcc7832 11/08 III CITY OF KENT KING COUNTY, WASHINGTON' KENT SPECIAL PROVISIONS FOR 2014 Asphalt Overlays Project Number: 14-3001 BIDS ACCEPTED UNTIL May 27, 2014 1:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR -.• ' KEN T w A.5 H I N G T G N PUBLIC WORKS DEPARTMENT Timothy]. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 • T Fax: 253-856-6500 KEN w.=.I..T. PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2014 Asphalt Overlays Project Number: 14-3001 ADDENDUM No. 1 May 23, 2014 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 - BIDDER'S DOCUMENTS Bid items 1195, 1200, 1205, 2203 and 2204 For drawings of the existing loops for these bid items REFER to the attached drawings: 1195 Central Ave. N. Im rovements Sheet 13 1200 Pioneer St. and Central Ave. Si nalization Plan Sheet TS-1 1205 Central Ave. and James St. Si nalization Plan Sheets 15 & 16 2203 East Valley Highway Signal Improvements Sheet TS-10 Replace only the eight loops in the construction area just south of the stop bar 2204 t. HOV Lanes I Sheet 38 SCHEDULE II - S 212T" ST ASPHALT OVERLAY (EAST VALLEY HIGHWAY - SR 167) ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT > Traffic Loop Replacement and °o, 2203 8-20.5 1 Junction Box Adjustment at S. $ $ KSP LUMP SUM 212" St. & East Valley Highway Per LS (East South of East— "�" Y Hfghvday S. 212t" St.) .._, 3 3 3 0 MAYOR SUZETTE COOKE II — KENT SPECIAL PROVISIONS Page 8-10 — Section 8-20.5 — Payment REVISE payment item "Traffic Loop Replacement and Junction Box Adjustment at S. 212th St, and East Valley Highway (East of East Valley Highway)" as follows: Traffic Loop Replacement and Junction Box Adjustment at S. 212th St. & East Valley Highway (East South of S. 2121h St.) III — APPENDIX Appendix 3 Plan Sheet 1 of 2 ADD the following note at the north and south sides of Central Avenue at James Street and the north side of Central Avenue at Smith Street intersections: "INSTALL TEMPORARY VIDEO DETECTION SYSTEM — Bid Item 1167"; Plan Sheet 2 of 2 ADD the following note at the south side of the 84th Avenue South (East Valley Highway) at S. 212th St. intersection: "INSTALL TEMPORARY VIDEO DETECTION SYSTEM — Bid item 2167". END OF ADDENDUM No. 1 i 51a3M Chad Bieren, P.E. Date City Engineer Attachments: Plan Sheets 13, TS-1, 15, 16, TS-10, 38 II 2 1331 N3h101 33S oo+ry SR N33NOSd '3 Al I S zCw V Vl 133HS 33S 00+6t 'V1S 3NII H01VW V a all: a tiw I I > I j I QI F' �ws.B a e R I I 11 one Nz� I I} Two� I � o" e Sim c —a o to is Ak � I I m III � ��x wwo '6 oc qu `I� gza Oct Wa— Nj 'z m w, #r I ' w m gn zw¢m a sag 6 I s a i00000 �0000 o <I I c & - 9 �w �� I � � Jo --- 'q Wll I �' L civil -1111 u- eon I I i 1S H11WS '3 Q gl I I¢ „ 1H'IFp o N N3dd0 335 00+4l 'V 1S 3NIl HO1tlW c y „Yg y2 €gwg 3� � �,� € oow a li xYi JA . _ 7 W � I 312, � z s s S as \�\/�{\�\Y)�'. y €1at la 39 3,axs Pz €e � § �R.rnR. g 4Yvfra br€ S 4M52 ya do $ S 4� 3Rb } y 5I e IV vo go E� 5 w 3 9a3EYa-5 S a �yL s. a a e 0 000 O am �• ! p eY Cffi gg �� 3ie ��_ w d ab 3 RW6 VN� lees$ Sjg Ris _e+ '+ + tl �" ial ¢tea ° 0 I I J n - a a d $L U� � (( - Ygsdi YC`pa" � mar - rAryA ? Ny �aa O O O ee o 00 00o n 4 � I a € e3 gm. Z 5 9=1 4 N V s ` x - N J q ------------ s a� csx'aaLIM gg 4 gs x y:9 it RYagep..' 8 _ z MCP Mf IS g � x oa - _ 4 r^ 16 -��WWllI� �W,l{I 11 ��I IL.WW114�� l � 3` iF �kG C� M G¢a $ ani i e '- sy ill � _ " ag 'a °. ; Y `id ill 4 04 '� O a 8 „'s m 'p � a C 0�� 67 AN Ins 2 ``yy{ 6z1 �a1 li �l r a 67 Ok ui;r �a 1 I', W 9$¢ N hE i] ° Lr)� F d-Z op sMa,. ff-4 ' ?a" 1 _ Z1199two NY 1 61 6 Y 2 r i � T l I rf N 9 �d I o .. em eegm 11 I. _ r en.s 3�F93 s le �o mrsos-roa � 0040s0 dVR z a3 im o "� o T YE _ I w�m 133HS SIHL 33S OB+£S 'V1S".3Nn H01VW L91 HS _ S `m ��5 p A 3tl3lOd'�IdOY 6 4 � C TT sli NAG . Ar PEI- Li cz � I I• _N � Q seam � i � I � �,� x�� NLY IN + I s aen rnum " auv Mwu-sa � I ( � � v I i Mrvviya v� I � I `�-ivasin"aa=rirrti+o 2 y g II � I tam. . I L i L£ 133HS 33S 09+LB '71S 3Nn H91VH 133HS SIHL 33S 09+£9 'V1S 3Ml H01VW� i TAB INDEX Tab 1 Bidder's Package f Tab 2 Payment and Performance Bond and Contract I Tab 3 Table of Contents i Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Location Maps, Plans and Cross j Sections Tab 8 Traffic Control Plans Tab 9 Prevailing Wage Rates µ;ON Nt8te6als �dba of CPM f)evelopment Corp.) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2014 Asphalt Overlays Project Number: 14 -3001 BIDS ACCEPTED UNTIL May 27, 2014 1:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR ROA� s> KEN I A �m i p > tee q S1y W A S H r N G T o N '+��':: �tONAL��� • ll 'age 3 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.00m-Always Verify Scale 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 Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Location Maps, Plans and Cross Sections Traffic Control Plans Prevailing Wage Rates N ICON matef als (tiba 04 GPM Development Cofp') 'age 4 Table of Contents 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com -Always Verify Scale i INVITATION TO BID I Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 27, 2014 up to 1:00 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, Including U,S, Mail. All bids will be opened and read publicly aloud immediately following 1:00 p.m. for the City of Kent project named as follows: 2014 Asphalt Overlays Project Number: 14-3001 The project consists of installing approximately 5,600 tons of hot mix asphalt, 22,000 square yards of planing asphalt concrete, 23,100 square yards of fabric reinforcement, 5 each of traffic signal modifications, 2,200 tons of crushed surfacing including pavement work and utility adjustments. i The Engineer's estimated range for this project is approximately $1,700,000 - $2,100,000, Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508, For technical questions, please call Mark Howlett at (253) 856- 5523. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent 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, cash 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. Dated this 8th day of May, 2014, onald F. / ~re, City Clerk Published in Kent Reporter on Mav 16, 2014 Daily Journal of Commerce on May 13 and 20 2014 Page 5 Invitation to Bid Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date May 27, 2014 This statement relates to a proposed contract with the City of Kent named 2014 Asphalt Overlays Project Number: 14-3001 I am the undersigned bidder or prospective contractor. I represent that - 1, I XX 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, ICON Materials (dba of CPM Development Corporation) NAME OF BIDDER �Igna" ture/Title David Gent General Manager/VP 1508 Valentine Ave SE Pacific, WA. 98047-2103 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2014 Asphalt overlays/Langholz 1 May 1, 2014 — Project Number: 14.3001 'age 6 Contractor Compliance Statement 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 27th day of May 2014. By: Z�~ David Gent For LCCQN_Materials (dba of CPM Development Corporation) Title: General ManagerNP Date: May 27 2014 2014 Asphalt Overlays/Langholz 2 May 1, 2014 .+ Project Number: 14-3001 'age 7 Declaration -City of Kent Equal Employment Opportunity Policy 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale 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. J ,,ON Materials (dba of CFM Development Cnrp. i 2014 Asphalt Overlays/Langholz 3 May 1, 2014 Project Number; 14-3001 'age 8 City of Kent Administrative Policy 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxw@.corn -Always Verify Scale PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that David Gent General ManagerNP 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 2014 Asphalt Overlays/Project Number: 14-3001 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent 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 (*). I EXAMPLE SCHEDULEI - 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. 2014 Asphalt Overlays/Langholz 5 May 1, 2014 .s Project Number: 14-3001 'age 10 Proposal 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale SCHEDULE I - CENTRAL AVE. N. ASPHALT OVERLAY (SMITH ST. - GEORGE ST.) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $6S/000.60$ (o$/000 .00 WSDOT LUMP SUM Per LS i 1001 2-01.5 1 Clearing and Grubbing $ 4focc,4z$ (/roj, CIO WSDOT LUMP SUM Per LS 1005 2-02.5 415 Remove Existing Asphalt $16 . 00. * KSP SQ YDS Concrete Pavement Per SY 1010 2-02.5 485 Remove Cement Concrete $ /7• 60 $ 8/7-45, 00 KSP SQ YDS Sidewalk Per SY 1015 2-02.5 670 Remove Cement Concrete $ C1 .00 $ to 03O,D0 KSP LN FT Curb and Gutter Per LF 1025 8-09.5 1 Removal of Raised Pavement $ 1f10 O$ lltco,(o KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1035 2-02.5 620 Saw Cut Existing Asphalt $ 2 , 00 $ �7 2z7/0, 00 * KSP LN FT Concrete Pavement Per LF 1040 2-03.5 125 Roadway Excavation Including $ 25.00 $ 311 Z5 0() �c WSDOT CU YDS Haul Per CY 1045 2-03.5 16 Unsuitable Foundation $3D,pd $ gso,cc * WSDOT CU YDS Excavation Including Haul Per CY * The description of this bid Item is Identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL- NOTE TO BIDDERS, it is required that bid Items with identical bid item descriptions reflect the same unit price. ICON Materials 2014 Asphalt Overlays/Langholz 6 (dbs of GPM Oav&loPment Coro� May 1, 2014 sw Project Number: 14-3001 'age 11 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale _SCHEDULE I - CENTRAL AVE. N. ASPHALT OVERLAY (SMITH ST. - GEORGE ST.). ITEM SECTION APPROX. ITEM UNIT TOTAL NO, NO. QUANTITY PRICE AMOUNT 1050 4-03.5 260 Gravel Borrow, Including Haul $ /6 , 00 $ 21 140,60 * KSP TONS and Compaction Per TON ($2.50 Min) 1055 4-04.5 100 Crushed Surfacing Top $ L' 2 ,00 $ Z/200, 0D * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1060 4-04.5 90 Crushed Surfacing Base $ �72.00 $ l/g80.0b * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1065 5-04.5 35 HMA Class 3/4", PG 64-22 $ g0 ,C0 $ 3/ 150,00 KSP TONS Per TON 1070 5-04.5 2,400 HMA for Full Width Overlay $Sq. 00 $2011600,E * KSP TONS Class 1/2", PG 64-22 Per TON 1075 5-04.5 11,000 Planing Bituminous Pavement $ 3,50 $ 3Ri$OD'00 * KSP SQ YDS Per SY 1080 5-04.5 11,450 Fabric Reinforcement $ L1,1ZO $ 5013RD. 40 * KSP SQ YDS Per SY 1085 5-04.5 40 Fabric Crack Stabilizer $ L6.G0 $ 900, cc c KSP SQ YDS Per SY 1090 5-04.5 80 E-Z-Street Mix for Temporary $ 0,60 $/0/ 00 �c KSP TONS Pavement Patch Per TON * The description of this bid item is identical to a bid items) found in more than one schedule. In accordance with the CONTRACT PROPOSAL- NOTE TO BIDDERS, it Is required that bid items with identical bid item descriptions reflect the same unit price. iO0 ater;ais "ola 2014 Asphalt overlays/Langholz 7 (dbaofiCPMOavatDPment " May 1, 2014 r Project Number: 14-30D1 'age 12 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale _SCHEDULE I - CENTRAL AVE. N. ASPHALT OVERLAY (SMITH ST. - GEORGE ST.) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1092 8-06.5 90 Cement Concrete Driveway, $ S5,00 $ 7/ dQ KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1094 8 14.5 360 Cement Concrete Sidewalk $ 56:�)O $ 2011/0iC0 KSP SQ YDS Per SY 1095 8-14.5 2 Cement Concrete Sidewalk $ 11315.00$ 2�63D,bb KSP EACH Ramp Type Parallel A Per EA 1105 8-04.5 510 Cement Concrete Curb and $ 304D $ 151300:� KSP LN FT Gutter Per LF tR.00 1 I 1106 8-04.5 105 Cement Concrete Extruded $ 41 9 Vgr$ 7�5:1 00 V-,- KSP LN FT Curb Per LF 1110 8-04.5 40 Pedestrian Curb $ � 3,0O $ 20,L KSP LN FT Per LF 1115 7-05.5 14 Replace Existing Catch Basin $ 7757 ego $ 10 R50,66 Ic KSP EACH Frame and Grate and Adjust per EA Curb Inlet Grate to Finished Grade 1120 7-05.5 8 Replace Existing Storm $ 795, 60 $ (pJ200,Co �c KSP EACH Manhole Frame and Cover Per EA and Adjust to Finished Grade I 1125 7-12.5 10 Replace Existing Valve Box $ �'70.CO $ * KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade * The description of this bid item is Identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL- NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. ICON Materials e 2014 Asphalt Overlays/Langholz 6 May 1, 2014 �+ Project Number: 14-3001 age 13 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - CENTRAL AVE. N. ASPHALT OVERLAY (SMITH ST. - GEORGE ST.) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1126 B-13.5 1 Adjust Existing Monument $ 1150,00 $ 9!�O,00 KSP EACH Case and Cover to Finished Per EA Grade 1135 7-05.5 14 Thermoplastic Storm Drain $ * KSP EACH Stenciling Per EA 1140 1-10.5 960 Traffic Control Labor $ 5-0,60 $ �Ig000, ISO * KSP HOURS Per HR 1145 1-10.5 480 Construction Signs Class A $ 3,OO $ �C WSDOT SQ FT Per SF i 1150 1-10.5 300 Traffic Control Supervisor $ 62, 00 $ /g6cv,60 �{c KSP HOURS Per HR 1155 1-10.5 1 Temporary Traffic Control $7,OCX7,CD$ -7Ipco bb KSP LUMP SUM Devices Per LS 1160 1-10.5 120 Portable Changeable Message $ 30,00 $ 3/(� j;I!�o �c KSP DAYS Sign (PCMS) Per DAY 1165 1-10.5 30 Sequential Arrow Sign (SAS) $ 30,00 $ q00,OD �c KSP DAYS Per DAY 1166 1-10.5 50 Uniformed Off-Duty Police $'75,00 $ 51750,06 KSP HOURS Officers Per HR ($60.00 Min) The description of this bid item Is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, It is required that bid items with identical bid item descriptions reflect the same unit price. ,w ICON Materials 2014 Asphalt Overlays/Langholz 9 (6;o g4�?1j,LBVCv;'X11�41I CZip') May 1, 2014 >. Project Number; 14.3001 'age 14 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa com-Always Verify Scale SCHEDULE I — CENTRAL AVE. N. ASPHALT OVERLAY SMITH ST. — GEORGE ST. ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1167 8-20.5 3 Video Detection System, $gl000,00 $ 27t coo,00 * KSP EACH Complete, Including Per EA Installation 1170 8-22.5 1 Permanent Channelization $Z71ox100 $ 2-1 &W KSP LUMP SUM Per LS i 1175 8-23.5 7,000 Temporary Pavement Marking $ D, aD $ /IL100 CO * WSDOT LN FT Per LF 1195 8-20.5 1 Traffic Loop Replacement and $ gtSpp, pry$$ %500 ZO KSP LUMP SUM Junction Box Adjustment at Per LS Central Ave. N. and Smith St. (North of Smith St,) 1200 8-20.5 1 Traffic Loop Replacement and $($IsMOO$ l$t5O0,00 KSP LUMP SUM Junction Box Adjustment at Per LS Central Ave. N. and Pioneer St. (North & South of Pioneer St.) 1205 8-20.5 1 Traffic Loop Replacement and $2& g00,C0$ 2Gt600,00 KSP LUMP SUM Junction Box Adjustment at Per LS Central Ave. N. and James St, (North & South of James St.) 1215 8-01.5 20 Inlet Protection $ 2/O, DO $ goo,00 * KSP EACH Per EA 1220 8-01.5 50 ESC Lead $ 30,00 $ 115DO,� * KSP HOURS Per HR 1225 8-01.5 50 Street Cleaning Sweeping $ /30,00 $ (/560, 00 �c WSDOT HOURS per HR * The description of this bid item Is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL- NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. a ICON Materials 2014 Asphalt Overlays/Langholz 10 &0oJCP),ADGVG100me1)tCorp.'I May 1, 2014 �. Project Number: 14-3001 'age 15 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - CENTRAL AVE. N. ASPHALT OVERLAY (SMITH ST. - GEORGE ST,) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1230 8-01.5 1 Erosion/Water Pollution $7,000.00** $7,000,00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders 1235 1-04.4(1) 1 Minor Changes $7,000.00** $7,000,00 WSDOT CALC Per CALC **Common price to all bidders Schedule I Total $ -7 3, T25 OQ ]CON Materials 2014 Asphalt Overlays/Langholz 11 {dba of CPM Development Carty 1, z014 Project Number 14-3001 'age 16 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE II - S. 212TH ST. ASPHALT OVERLAY (EAST VALLEY HIGHWAY - SR 167) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000 1-09.7 1 Mobilization $6 L/OOO,65s 4t1600 ,60 WSDOT LUMP SUM Per LS 2005 2-02.5 2,640 Remove Existing Asphalt $ 16,00 $ �(2zZ/10, 00 * KSP SQ YDS Concrete Pavement Per SY 2010 2-02.5 70 Remove Cement Concrete $ t(p,Z:O $ t 120,00 KSP SQ YDS Sidewalk Per SY 2015 2-02.5 60 Remove Cement Concrete $ CO $ 6)20,CO KSP LN FT Curb and Gutter Per LF 2025 8-09.5 1 Removal of Raised Pavement $ 3/5004D$ 315CO3C0 KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 2035 2-02.5 3,050 Saw Cut Existing Asphalt $ 2,00 $ (0/ 1601CID * KSP LN FT Concrete Pavement Per LF 2040 2-03.5 2,640 Roadway Excavation Including $ 25,OD $667 coo,c�o * WSDOT CU YDS Haul Per CY 2045 2-03.5 440 Unsuitable Foundation $ 30-60 $ 131200,00 * WSDOT CU YDS Excavation Including Haul Per CY 2050 4-03.5 3,050 Gravel Borrow, Including Haul $ At 06 $ LZC1900,00 �(C KSP TONS and Compaction Per TON ($2.50 Min) * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL- NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. ICON dvlatorlaiW 2014 Asphalt Overlays/Langholz 12 `dba 070PM®riy810rM9dt� $May 1, 2014 Project Number: 14-3001 'age 17 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE II - S. 212TH ST. ASPHALT OVERLAY (EAST VALLEY HIGHWAY - SR 167) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2055 4-04.5 365 Crushed Surfacing Top $ 22-,00 $ 8fD30.DO * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 2060 4-04.5 1,610 Crushed Surfacing Base $ 22,00 $35, 4.20.00 * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 2065 5-04.5 730 HMA Class 3/4", PG 64-22 $ 90,00 $ * KSP TONS Per TON 2070 5-04.5 2,140 HMA for Full Width Overlay $,94- 0Q $ l�Ri�Zwb 00 * KSP TONS Class 1/2", PG 64-22 Per TON 2075 5-04.5 9,110 Planing Bituminous Pavement $ 3,S0 $ 311 IRS G,(�)b * KSP SQ YDS Per SY 2080 5-04.5 10,200 Fabric Reinforcement $ $ 880,6D * KSP SQ YDS Per SY 2085 5-04.5 615 Fabric Crack Stabilizer $ 20100 $ �2�300,00 * KSP SQ YDS Per SY 2090 5-04.5 300 E-Z-Street Mix for Temporary $ /30,00 * KSP TONS Pavement Patch Per TON 2095 8-14.5 3 Cement Concrete Sidewalk $ /7 315,00 $ KSP EACH Ramp Type Parallel A Per EA * The description of this bid item is Identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. a ICON Matarlglq 2014 Asphalt Overlays/Langholz 13 (dba of CPM paVeld(pni6ht Grp.May 1, 2014 Project Number: 14-3001 'age 18 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE II - S. 212TH ST. ASPHALT OVERLAY (EAST VALLEY HIGHWAY - SR 167) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2105 8-04.5 60 Cement Concrete Curb and $ 3D,00 $ 11800'co KSP LN FT Gutter Per LF 2110 8 04.5 60 Pedestrian Curb $ 23rO0 $ 11380,00 KSP LN FT Per LF 2115 7 05.5 8 Replace Existing Catch Basin $ 775 DO $ 6 200 * KSP EACH Frame and Grate and Adjust Per EA Curb Inlet Grate to Finished Grade 2117 7-05.5 2 Replace Existing Solid Catch $ -7 Sd,00 $ 11500,6C7 KSP EACH Basin Frame and Grate and Per EA Adjust to Finished Grade 2120 7-05.5 1 Replace Existing Storm $ 775,60 $ 7?5,00 * KSP EACH Manhole Frame and Cover Per EA and Adjust to Finished Grade 2125 7-12.5 10 Replace Existing Valve Box $ 470,00 $ �I/760,OD * KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade 2135 7-05.5 8 Thermoplastic Storm Drain $ 75,00 $ (0OO,CYj * KSP EACH Stenciling Per EA 2140 1-10.5 480 Traffic Control Labor $ 50,DO $Zq "'Lz �{c KSP HOURS Per HR 2145 1-10.5 720 Construction Signs Class A $ 8,U0 $ 517601 * WSDOT SQ FT Per SF * The description of this bid item is identical to a bid items) found In more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. ICON materials 2014 Asphalt Overlays/Langholz 14 (rJha Od f,PN10evel°pment CarP•)May 1, 2014 M Project Number; 14-3001 age 19 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I SCHEDULE II — S. 212T" ST, ASPHALT OVERLAY (EAST VALLEY HIGHWAY — SR 167) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2150 1-10.5 150 Traffic Control Supervisor $ 62.00 $ %3D ,OD * KSP HOURS Per HR 2155 1-10.5 1 Temporary Traffic Control $715C0,00 $ 71S00,00 KSP LUMP SUM Devices Per LS 2160 1-10.5 120 Portable Changeable Message $ 30,00 $ 3,6G C6 * KSP DAYS Sign (PCMS) Per DAY 21 -65 1 10.5 20 Sequential Arrow Sign (SAS) $ 30,00 $ 6CO,00 , �C KSP DAYS Per DAY 2167 8-20.5 1 Video Detection System, 01000.00$ g1600, 0o * KSP EACH Complete, Including Per EA Installation 2170 8-22,5 1 Permanent Channelization $ 131000,00 $ t31000,00 KSP LUMP SUM Per LS 2175 8-23.5 5,620 Temporary Pavement Marking $ 0-20 $ 1112q.00 * WSDOT LN FT Per LF 2203 8-20.5 1 Traffic Loop Replacement and $ 7)500,C0$ 7150040 KSP LUMP SUM Junction Box Adjustment at S, per LS 212`h St. & East Valley Highway S®ti�El EG' S �k�F ST i 2204 8-20.5 1 Traffic Loop Replacement and $71200,0o $ —7I200,60 KSP LUMP SUM Junction Box Adjustment at S. per LS 212th St. & SR 167 (West of SR 167) * The description of this bid Item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL- NOTE TO BIDDERS, it is required that bid items with Identical bid item descriptions reflect the same unit price. ICON Materials 2014 Asphalt Overlays/Langholz 15 (dba fli CAM Oevs!OPirnent ti0fP,) May 1, 2014 .+ Project Number: 14-3001 'age 20 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE II — S. 212T" ST, ASPHALT OVERLAY (EAST VALLEY HIGHWAY — SR 167) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2215 8-01.5 8 Inlet Protection $ g000 $ -320.op * KSP EACH Per EA 2220 8-01.5 50 ESC Lead $ 30.00) $ 11,5DD,cD * KSP HOURS Per HR 2225 8-01.5 SO Street Cleaning Sweeping $ 130,C0 $ ( lsoox)o * WSDOT HOURS Per HR 2230 8-01.5 1 Erosion/Water Pollution $7,000.00** $7,000.00 WSDOT FORCE Control Per FA ACCOUNT I **Common price to all bidders 2235 1-04.4(1) 1 Minor Changes $7,000.00** $7,000.00 WSDOT CALC Per CALC *Common price to all bidders * The description of this bid item is identical to a bid item(s) found In more than one schedule. In accordance with the CONTRACT PROPOSAL- NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule II Total ICON Materials 2014 Asphalt Overlays/Langholz 16 (fu01CPM©eva?onmEnt0of4•) May 1, 2014 .., Project Number; 14-3001 'age 21 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale SCHEDULE III - S. 212TH ST. AND EAST VALLEY HIGHWAY INTERSECTION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3000 1-09.7 1 Mobilization $22l000 t�o$ ZZ1000,.00 WSDOT LUMP SUM Per LS 3070 5-04.5 275 HMA for Full Width Overlay $ ESL ,CQO $ 23/ loo.00 * KSP TONS Class 1/2", PG 64-22 Per TON 3075 5-04.5 1,315 Planing Bituminous Pavement $ 0,50 $ yr/OZ,50 * KSP SQ YDS Per SY 3080 5-04.5 1,315 Fabric Reinforcement $ $ 5/72/, Oa �C KSP SQ YDS Per SY 3085 5-04.5 60 Fabric Crack Stabilizer $ Re,00 $ //BOO 00 * KSP SQ YDS Per SY 3090 5-04.5 50 E-Z-Street Mix for Temporary $ 130 ,00 $ (p,SCO 06 * KSP TONS Pavement Patch Per TON 3120 7-05.5 2 Replace Existing Storm $ '775,00 $ 11550,60 * KSP EACH Manhole Frame and Cover Per EA and Adjust to Finished Grade 3125 7-12.5 4 Replace Existing Valve Box $ 470,00 $ /7 990.60 * KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade 3126 8-13.5 2 Adjust Existing Monument $ 450,CO $ 900,60 KSP EACH Case and Cover to Finished Per EA Grade * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. ,. 2014 Asphalt Overlays/Langholz 17 {�'E^J�V 4�01�4"9IS a 1, 2014 Project Number: 14.3001 ,J�a ci GPM flev�lo>mertGotji� y 'age 22 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE III - S. 212T" ST. AND EAST VALLEY HIGHWAY INTERSECTION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3140 1-10.5 280 Traffic Control Labor $ 50 , 00 $ �000, 00 * KSP HOURS Per HR 3145 1-10.5 480 Construction Signs Class A $ S,Or7 $ 31gg0,00 * WSDOT SQ FT Per SF 3150 1-10.5 50 Traffic Control Supervisor $ 62,00 $ 31 [00rb0 * KSP HOURS Per HR 3155 1-10.5 1 Temporary Traffic Control $47500,00$ to1500,06 KSP LUMP SUM Devices Per LS 3160 1-10.5 50 Portable Changeable Message $ 30,00 00 * KSP DAYS Sign (PCMS) Per DAY 3165 1-10.5 20 Sequential Arrow Sign (SAS) $ 30,00 $ 11500,Op * KSP DAYS Per DAY 3215 8-01.5 4 inlet Protection $ 7r" 00 $ �6o O0 * KSP EACH Per EA 3220 8-01.5 20 ESC Lead $ 30.00 $ /00,00 * KSP HOURS Per HR 3225 8-01.5 20 Street Cleaning Sweeping $ /30,4)0 $ 2, 600, 00 * WSDOT HOURS Per HR * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, It Is required that bid items with Identical bid item descriptions reflect the same unit price. 2014 Asphalt Overlays/Langholz 18 1CON Materials Ma 1, 2014 Project Number: 14-3001 (dl-n Ut CPM Deve)opmenl00fp.) y 'age 23 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE III - S. 212T" ST, AND EAST VALLEY HIGHWAY INTERSECTION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3230 8-01.5 1 Erosion/Water Pollution $3,000.00** $3,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common nrice to all bidders 3235 1-04.4(1) 1 Minor Changes $7,000.00** $71000.00 WSDOT CALC Per CALC **Common price to all bidders Schedule III Total 2014 Asphalt Overlays/Langholz 19 IOp�! �ateroals + Project Number: 14-3001 Q;'r7P1 oeVE,0�Yt1a0t• 3Y)1, 2014 'age 24 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BID SUMMARY Schedule I 7 U3, 525 , 00 Schedule II -7q l -7 59 , 0Q Schedule III i I TOTAL BID AMOUNT I(POGIGOa SO /_oe�mQr'—� II I ICON Materials 2014 Asphalt Overlays/Langholz 20 (d�a a{CAM Ravel°?ment Co?,n May 1, 2014 �. Project Number: 14-3001 'age 25 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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: 2014 Asphalt Overlays Project Number: 14-3001 Subcontractor Name 1Vo Sc<hS. ? la 7 Item Numbers 2 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name _ Item Numbers Subcontractor Name Item Numbers I Subcontractor Name Item Numbers Subcontractor Name Item Numbers ; CONTRACTOR'S SIGNATURE 2014 Asphalt Overlays/Langholz 21 ICON Materiels .� r P May 1 2014 Project Number; 14-3001 (d�a cai Cry D„c valo mint Corp:! v 'age 26 City of Kent Subcontractor List(Contracts Over$100,000) 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: ICON Materials (dba of CPM Development Corporation) Project Name: 2014 Asphalt Overlays Project Number: 14-3001 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: N/A Plumbing Subcontractor Name: N/A f Electrical Subcontractor Name: 7e.r '51cetrr� May 27, 2014 �wKature of Bidder Date l , 2014 Asphalt Overlays/Langholz 22 May 1, 2014 Project Number: 14-3001 'age 27 Subcontractor List(Contracts Over 1 Mllllon Dollars) 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 LA W 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. ICON Materials Asphalt++• Project Numb 14-3001 Ove 9ho1z Z3 ( 6i GPM[�everc?m2nt C,OrQ,) May 1, 2014 'age 28 Contractor's Qualification Statement 'rovided to Builders Exchange of WA. Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted, COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: ICON Mgtefials (dba of CM velopment Corporation) NAME: 7�- ri D v ea I nd G tea I nd G t ADDRESS: 508 Valentine Ave SE pacific, WA. 98047-2103 PRINCIPAL OFFICE: ICON Materials (dba of CPM Development Corporation) ADDRESS: 1508 Valentine Ave SE Pacific, WA. 98047-2103 PHONE: 206 575-3200 FAX: 206 575-3207 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18,27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12,065 (3). 2014 Asphalt Overlays/Langholz 24 May 1, 2014 k, Project Number: 14-3001 'age 29 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I im fnvnmenrt Pww f pmrnoa CONTRACTOR'S QUALIFICATION STATEMENT 1. STATUTORY REQUIREMENTS 1.2 601 006 854 State Unified Business Identifier 1.3 618584 01 0 Employment Security Dept number 600 664 231 State Excise Tax Registration number 1.4 ICON Materials (dba of CPM Development Corporation), including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of ICON Materials, 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 39.12.066 (3). 4. EXPERIENCE 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? Claims and pending litigation arising out of 3rd party claims, collections and other matters that would be expected for a company performing $50 million per year in both public and private development arenas. 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years. ICON Materials has exercised non litigation dispute resolution in public contracts such as Dispute Resolution Board in WSDOT Contract #6895. David nt General Manager/VP ICON Materials Corporate Office 1508 Valentine Ave SE Pacific,WA 98047 206-575-3200 Phone 206-575-3207 Facsimile ICONM**982CF An Equal Opportunity Employer D�partu�ent of Labox and Pndnstr�es ` PO (s 4440 ICON N1T ERIALS f ', O1 pi ,AWA 9$��4 ,fig CGICON 982CF I'601 006 1654 ry �y x ed�aE r`a idedbyLawas. . Y fi £ _' = C nstXUciion.Confractor � 1 ✓ 'r x 3 �� r d£ t Is 3 - � � 20b2 f _ 1 LE ",' ' ,4� �����vv S t � rahb I2 to}2 FI�OI6£ l YF + yg 4 e i � f r III f it 0 ICON MATERIALS Page 1 of 4 Washington State Department of Labor & Industries ICON MATERIALS Owner or tradesperson 1508 VALENTINE AVE SE PACIFIC,WA98047 GAUGER,JAMES DEAN 206-575-3200 Principals KING County GAUGER, JAMES DEAN, PRESIDENT MURPHY, MARK DANIEL, VICE PRESIDENT MADDEN JR, JOHN JAMES, VICE PRESIDENT LEWIS-DEVANEY, SUSAN GAIL, VICE PRESIDENT SALISBURY, PAUL DOUGLAS, SECRETARY BROWN II, CHARLES RODNEY, TREASURER O'DRISCOLL, MICHAEL G, DIRECTOR PARSON, JOHN W, DIRECTOR CYR, BRUCE, PRESIDENT (End: 01/27/2006) SHAFFER, JEFFREY S, PRESIDENT (End: 09/04/2013) RADICH, JIM, VICE PRESIDENT (End: 0 9/0 412 01 3) Doing business as ICON MATERIALS WA UBI No. Business type 601 006 854 Corporation License i Verify the contractor's active registration/license 1 certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. ICONM**982CF Effective—expiration 02/06/2002—02/07/2016 Bond FIDELITY& DEP CO OF MARYLAND $12,000.00 https://secure.ini.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 4/29/2014 ICON MATERIALS Page 2 of 4 Bond account no. Received by L&I 8876949 02/1212007 Insurance -----'-- Effective date Liberty Mutual Ins Co 02/06/2007 Policy no. wa7c8d004095023 $2,000,000.00 Received by L&I Effective date 08129/2013 09/01/2013 Expiration date 09/01/2014 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against,the bond or savings ... ..................... ............ No lawsuits against the bond or savings accounts during the previous 6 year period. Tax debts ................ No fax debts during the previous 6 year period. License Violations No license violations during the previous 6 year period. I Workers comp Do you know if the business has employees? If so,verify the business is up-to-date on workers' comp premiums. L&I Account ID Self Insured. 700 174-00 This business is certified to cover Its own workers'comp costs. No premiums due. Doing business as OLDCASTLEINC Estimated workers reported NIA L&l account representative (360)902.4817 Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Citation issue date 01/13/2014 No violations Inspection no. 316892371 Location 1250 Denny Way Seattle,WA 98109 I Citation issue date 0110212014 Violations Inspection no. 316956804 htfps://secure.Ini.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 4/29/2014 ICON MATERIALS Page 3 of 4 Location Intersection of Sumner,WA 98390 Citation issue date 07/26/2012 Inspection no. 316308337 Location 201 Valley Mail Parkway East Wenatchee, WA 98802 No violations Citation issue date 05/18/2012 No violations Inspection no. 316250844 Location East of 413 Saddlehorn Ave Wenatchee,WA 98801 Citation Issue date 01/05/2012 No violations Inspection no. 315059220 Location 19th Ave and 27th Ave U.S. 395 Kennewick, WA 99338 Citation issue date 01/05/2012 No violations Inspection no. 315059204 Location 112 Factory Rd Sunnyside,WA 98944 Citation issue date 01/05/2012 Violations Inspection no. 316059170 Location 19th Ave and 27th Ave Kennewick,WA 99338 Citation issue date 03/28/2011 Violations https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 4/29/2014 ICON MATERIALS Page 4 of 4 Inspection no 314797408 Location Citation issue date 902 Rocky Rd 09/11/2009 Orting,WA 98360 Inspection no. 313574493 Location 922 North Carnahan Spokane Valley,WA 99212 Violations Citation issue date 12/31/2008 No violations Inspection no. 312648025 Location Exit 58 Granger,WA 98932 Citation issue date 12/31/2008 Violations Inspection no. 312672876 Location 11919 Harris Rd Pasco,WA 99301 Citation issue date 11/07/2008 No violations Inspection no. 312547458 Location 2651 Hwy 282 W Ephrata,WA 98823 9 Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. Access A"Arashinglon't t rc,ll YI. I(1l'lII1111I W&TII, https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 4/29/2014 UNIFIED BUSINESS IDENTIFIER 1716E 601 006 854 000 STATE OF WASHINGTON EMPLOYMENT SECURITY DEPARTMENT TAX RATE NOTICE CPM DEVELOPMENT CORP ORAT A ESREFERENeEB MAILING CPM DEVELOPMENT C)OIIPbRAT PO BOX 3966 610584 OL O t2/90/13 SPOKANE WA 99220-3366 IMPORTANT NOTICE U YOU WANT US TO REVIEW YOUR TAX RATE, THE LAW SAYS YOU MUST SEND US A REQUEST IN WRITING NO LATER THAN'00 DAYS FROM THE MAILING DATE ABOVE. 20 ANNUA T1AXABLE TAX RATE YOUR TAX RATE FOR 2014 WAGE BASE FOR EACH EMPLOYEE 9,82X UNEMPLOy(�ENT INSURANCE TAX RATE 6411300 EMPLOYMENT ADMINISTRATION FUND (EAF) 4.L COMBINED TOTAL TAX RATE RATE FROM YOUR EXPERIENCE 5.40X RATE FROM SOCIAL. COSTS 0.42x .NO SOLVENCY SURCHARGE FOR 2014 N/A TOTAL OF UNEMPLOYMENT INSURANCE TAIL RATES 3.82 YOUR TAX RATE IS BASED UPON YOUR EXPERIENCE AND TRANSFERRED EXPERIENCE. THE FOLLOWING BENEFIT CHARGES AND TAXABLE WAGES HERE USED TO DETERMINE YOUR TAX RATE FOR 20147 BENEFIT CHARGES TAXABLE WAGES TAXES PAID (INFO. ONLY) EXPERIENCE YEAR 6 AMOUNT 0 AMOUNT 0 AMOUNT 7/1/12-6/30/13 2 2521 018.3B 24,830,630.50 1,445,142.70 7/1/11-6.030/19 2,694,125.71 :; 27,159,969.60 i,638,I45.77 7/1110^6130/il 2,702,996.48 29,517,153.22 ,771,029.19 7/i/09-6/30/10 3,946,47 .99 2B,169,964.09 1,662,622.74 EXP TRANSFER 1,242,108.54— 12,149,054.90— TOTAL $10,333,305.32 698,707,960.51 06,516,940.40 BENEFIT RATIO BENEFIT CHARGES DIVIDED BY TAXABLE WAGES EQUALS BENEFIT RATIO FOR 2014 610,333,505.32 + $98,707#960.51 = .104687 A BENEFIT RATIO OF .104687 QUALIFIES FOR A TAX RATE CLASS OF 40 FOR 2014 FOR QUESTIONS OR CORRECTIONS FOR QUESTIONS ABOUT THIS FOR QUESTIONS ABOUT YOUR A80UT THIS NOTICE, CONTACT: NOTICE, SE&WE®SITE: ACCOUNT,CONTACT: EMPLOYMENT SECURITY DEPARTMENT NWW.ESD.WA.GOV/TAX-RATES EMPtOYMENT SECURITY DEPARTMENT EXPERIENCE RAVING UNIT AORic B A1cIM0.. TAX OFFICE OLYMPIA ox 9WA 98307^9946 YAAKKI AX82 —y245 NA 98909-1708 (S60) 009-9619 (360) 062-9202 ^ FAX (500) 57 —6111 — PAX sxs im Iesv.ssm) 4w s I i 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 54 Years 2.2 How many years has your organization been in business under its Present business name? 14 Years 2.2.1 Under what other or former names has your organization operated? M.A. Segale, Inc. 2.3 If your organization is a corporation, answer the following: - 2.3.1 Date of incorporation:7-2s-19s4 2.3.2 State of incorporation:Washington 2.3.3 President's name:Jim Gauger 2.3.4 Vice-president's name(s): Ric Linares & David Gent 2.3.5 Secretary's name: Susan Devaney 2.3.6 Treasurer's name: Susan Devaney 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable.ICONM**982CF Washington State Counties, Heavy Construction,Asphalt Paving, Aggregate Materials 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington State Trade Name: ICON Materials 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces.Site Development, Asphalt Concrete paving, Aggregate Sales 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details,) 4.2.1 Has your organization ever failed to complete any work awarded to it? NO 2014 Asphalt Overlays/Langholz 25 ICON Materials May 1, 2014 Project Number: 14.3001 fd�a of C?M®ovelcprnent Cori1.) v 'age 30 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for Income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? Yes 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 27th day of May 2014. Name of Organization: ICON Mater' of CPM DeveLoWent Corporation) By: --y' David Gent Titl General Manager/VP 7.2 David Gent , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. . Subscribed and sworn before me this 27th day of May aTH�Q,�;4 y4�'' � Notary Public: C.�,�J � L` Ellen Roth s ; t y A20 s' W; My Commission Expires: 6-29-2016 a �p40f _ //,fI,�q 2014 Asphalt Overlays/Langholz 27 "MWO ry2o14 ... Project Number: 14-3001 'age 32 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Z O J ~` M c IL O W U g N h O M ? O, fV cN� fOA NO m m NN N r n 17 mN NN M C (6N NN 4 4 Y N 7V 9m A Wd) IA N V m f N NN NN N4 06 ,,.. w t!! � A m 0 6N m V m N � � q m M M1(� m M m m M tp fb N CI M N H N M (D tb l") (° N M M M m Ol mN �A tb 0 f0 f0 M N N O m 0 0 N O O N N m N N N m O O N O Im O N N N N N m m O O N N O m O O m W 1- F H C O E U EC.y >aOC xbEppNu ° O 12 v v muaE L a o m m m t o m G a N m 2i m ❑ Y C C m Y N F �i ❑ N U) U w C K ❑ > > :! £ v o m a v m ° 10 m a F m F � � �° � F m � � m m ct ❑ U � 5 � a � v� � i= � 00 ❑ a m a � � M K � 9 C9 M MV p m mm NO OO NV MMO W61 4> O O o 00M Y i °1 M Gt N Mm . m Omm O l N O VAA MNm O 6N1 V M �O n m °Ol M N F K M N Of o r N [F M m Rl O A d' m YI L(1 C1 aD m M W 0 �T m m o r c a = D � � M» in � M» » U a U � � d m E Z c @ o c W J J C = C N ° U 13 2 w W ~Q y W2WZ' Fm a2E` 2c• U�+ 0 d` U c mHm r2ii ca ao Dc ❑a; ❑d F❑v F❑v vo W J U L` U0 o� ao E E E O O O O o5 afa F Fc > Y > p c o E E _ rm U) 1 d ¢ Uo o> Q ¢ Z � Q `o a o °� `oma oU O ` `o —0 V o —0 oUn y o 2. ° ?' m = °od � D � ¢ c m2' c 2• � . aU 2r 2• c ¢ ¢ ¢ Q o c m �' 2 vvvv� v� i.� m Gc7FcDUcnvvy3YLLv2vUFUgLLcnt> 6i� $ 333a � (� U N C o a m o 0 N d a o (%1 > >. 'chi rn tOo N �' N 'u aEi U m > 2 m ip m '� a s ',� a i3 °• a e m a > m v U v > > 3 m m v .gi'o Q E m e r� •u v >` a c > n m O_ > Oa K Q E a a �n V O i v tS m m r K O O( o K > vvoov S v U om Ll e v 1 N o a0 v v c o m t > oc E 5 t r >o 2• U V� U o ' U > ksmee" d.mm 22 $ o 290> - c m U N Z W K `. j m N C y N N H y v 3 O J C d O L Q O O O a O M N E E 0 0 0 `a ° QEI 0 O 0 .o a W m L° o o ary U $ o o > v a v w o 0 0 o K U d vw o 0 o in a o U o Vl F e N N K W U� ❑ UJ N (// ¢ = (� K N N N N N u1 F F N N N = 1 = LL m N Y N 6 mm� a � �rc o` F 3 o rno ain M a n _ a E � ah a �. cn n` vN :YN UFO rnM LO Oro t O N O =O M�Mp OY"1 Y �1 H� ON YN C N Oo � � 1 z E E E E E 7 pp tm - O M` ��p cnpa Mo m W I-' 001 V O N O M m N� OJ 0 w C6 RQ M O N �� Cl� �� �� V NM fVC4 f0 N F9 to t9 69 M CO O LL N N W f9 y U O y a w Q. C y C y O p N Vl N C_ 'v 6:p E 'V' O :a v U5 a 7 a V� > 'vm c_ m Grp 3 vw cR cv O E o dy NN m m15 mE ° ac p �0 cvim m 8 m � o @ t0 0 Q ,L U n.0 UU' C) (D iA wU aU C1w in C9 N vU U = E E O W E 0 105 c ` Q c F�mp�0 KNa;Q:n Z vC oO n 6 V, m m o [If E £ m m o $ E O � >W O z m U m Zm UKYm Q E 2 p ,0 y U v L O O ' z U) O N M L y IL J U O J N L N O1 C K 'L � O b y E J °' y ' a U E E °' E ILo d,p 0 m = c > h °: o LL a m B m w a 2 a c N w E N F w T L �K U v v o 5@' p� o o�O1 o m m o v m v U E m o w o go H _ U U a o I� 10 m OF mT EQ ao EQ E6 U UQ 8 aE o c wo v3 £3 00 �aJ c u r'q y F� fn Fro v v c m c an d mul t `o t0 `oE m `o of `oE m a4- o o m `o `ao E- z � E 2)C _TE p8 vc ms 2�1c O Uti U �A Fv- a CJ fA IL- Y pY� a a V i f 6 Q 3 .,ea__�a v h o Eo a °' 3 m E n om ro1� m v F °on mm s}d ° Nd �� mm W u� vco ter= mm No d z moo m x� m w mo> ar n c N C it1 2 C 4 vb U cm min EEO !gym 'E pm �O R'6 � b o O O m o C f O N m N N � J U 0 z O o � O eF jo om O o m O1 o O �r r �n ao v co m �o in m w W {{Q.. e0 I� p lV r!` co_T °j ai N I� V py� c0 (7 N m Nj Ld I cli 6 6 � N 0 O W � U O ° O. _C CI m M — ntl— m N N C > U av a a a �i ati a ° w ai^ Q^�' m m mw of°� d� 0 m W a m a '—' a c L c°� c W c a c W ` Ec L° c � c rn rn N 'm of mo+ @ mm m O j m C7rn (9rn �° c c a > cL > a > c U' > c c C.p E� � mN ms � m m .5m �X 'm � � 'm om m c� 'm m N o ° mom am a m w�- a .v.. E W�' N u'�a N w�- a u'SaN �- N 01 a 0 i bS E o m > o m v is y > > y s m s L m o w °y'Sa, w a pt o u� c�w u� w 3Sw o ¢" � Uw ohm oarq o dS o ¢m ¢m 2 ~ a rn UH O W aW K �� ad (/1 a/ w O !u > K li �o o a U m 93 Aai w F a c 'CO i0� �r Dm 2`y Z'y ¢ >E, rv. aEi mm -mm Q ma' `� m w a W Vl O U U K U IL O F- Y d Z 2 0� m O O N O m zL 00 V O {{lTa1 m o w Z— O 5 a N O U_ OI Z 0 O ° cm c m L T 00 R t 4 J m T rn o mm a T Mo J O x m c rNi 0 � � v m coL m ILm c m E m 0 N c K u ry K E2E > mmm a¢«r w6° 05m Q; � M. Znc� W�m eAm mm3- N § � U a L 0o >> °o NY c rc Mm E ° U w m m o a tq mE -0 u. OY KW Ka i c m n J¢ z E KO T� 7� F- o C a L na �Q wo O rn v E a0 mT �> me W m 916 0 � ac ° kR m mL K w �' `o � `off a o oy m °' m Oy `° m UCg y a o �' a $ � o L' m 2'� L`v ¢ �. c � Ua oo cc Q �. ov c o� Uw 0E2 UW �O F- I � m as 22 35 a� rc a_ 3 om oob o �A ¢ a` � r�A ~ m a 3 m W N y V N U I N N y)[O M ry N O GIB 00 Cn �N `N O 'Q m C� v Cf� EN av V V) y 2 O Ol a} V LO O o 0 m0 0 Y� 0 W v m y. m m � Nn ro o o v m V o 0 w a g .60 F V 6 N _ NtpH N ro n m M c0 m O O° J i+ U ` N N Q C N N C O C TU >3 (>p V ❑ aNw a G y vn v ti m ° Kul v t� W N d s da p m (� -c buy m 10a = mai c E m rn S n L O rn a a QN o � w a m a r c cl � L O> m a y� a`n c a a w o m 01 m y m >S > wm ai mc7Fa '>9 mph p01t g ¢"u 3w 3S30 " n a" awn ¢ w" c°� U) � U U c O W a w � ` c w w c a 0 oa o¢ o ¢ o ¢ as oa aK rcz --"03 p3 �� 0 °0 a p3 _T3 ° 3 v¢ Q w p a m m m ro O v 3 i ¢ � s `oa in F5. NFa z V) FcF- oa tila w � U-f! CD m � w° z� � o am �0 30 °w 3o ao 3o ay K ¢ 3n to � zLL ZO U V' Z u v F z M o U g3p fnm v M m L N m .nn O � 3 O ¢ J ° N o c iL w �' .� v r 3 N 'o .% n U E w o< C. Q 0 E M n d ry N M GU) NU U Q Z na rn0 m U o Z� H o w v 8 m� ma UU tt-- 3 a m U U Uy � 3Z a� 0 m w c¢ , c 0 5 n m y m coN _ U c c N o o n' o. in.o co mr cod �o E cm oo r� � c oYM s cr �U Kw of o: do Kro � c .Tv '�O vm oci a ¢ Cl v` m c ] � y E n Z o n m 9 E pno Cm ¢m a ' rn O a ma cw O Z E O O UQ =K a(n O �i0 4N �O dO Co dw IL-O' YN �{ ( « ƒ k /) \\ )\ ) ) ( \) ) }k k\ )§ / \ $\ \ \ ) \ \\ Lo j §k 0 §! E V ` 62 za \\ \ _ !7 \ \0 _ ] k / \ \k ICU \w \} w \) w )\ . Lk 0 § - ] . k§ \ e !# \# , { \/ !# §) \ k § § .\ )/ { � \� \) \\ w \} 2 2 »! °, - - o, : k § \ ( / -a »a ] 2#6 .13 ); ! } §! 7k )/ m f\ )\( 4 ®6 - . 0 ® ®~ 0 \\\ \a® % ! a! ! !! !! ° � ! °/g ]} )20 \( k( - §! §! (_§: 6 } / 4 !w - ]! !® - 0! - o !2 7 / /J«a j / !$ . . W W u O z 12 w ry w m m � n m io Q W M ei m N N M m M e-I w a } x w m v i � I c III O Y O O � N O j O p O O O 'O _O •I u � Idi u i Y,ovo C J O u C u C C G C U C O > H aQ >, u° u° u° u° u s u _4 m Z a u° o_ I W a� O a E w o u 75 Z w � w 'ac m` Y h9 C E to 4 Y N z Z by (0 O O O m I a` o � E u .> y v o o m 0 6 a O is '+� o rn > v adi c m 2 v n z � > mu m O C7 O N d m E 0 u C7 w C 40 in O W u C v a m C in m W u 3 S Qv W LO m Yif ?• z > E v m — $ Kcl o . I Ili ICON Materials (dba of CPM Development Corporation) Major Equipment Detailed List Qty Description Model Model Yr Age Condition 10 3 Axle Pup Trailer Peerless 1991 20 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2007 4 Good Own 4 3 Axle Pup Trailer Transfer Reliance 2006 5 Good Own 2 3 Axle Pup Trailer Transfer Reliance 2005 6 Good Own 2 3 Axle Pup Trailer Transfer Sturdyweld 2012 3 Excellent Own 3 4 Axle Pup Trailer Sturdyweld 2006 5 Good Own 1 Booster w/ Pintle Hitch Superior 2010 1 Excellent Own 1 DetachableLowboyTrailer Superior 2010 1 Excellent Own 2 4 Axle Flowboys Red River 1998 13 Good Own 1 Bottom Dump Trail King 1995 16 Good Own 1 Bottom Dump Trail King 1994 17 Good Own 1 Bottom Dump Trail King 2007 4 Good Own 2 Side Dumps Trail King 2007 4 Good Own 1 Grove Hyd Crane 40 Ton RT740 1980 31 Good Own 1 Pettibone Hyd Crane 35 Tan RT35 1976 35 Good Own 1 Tymco Sweeper 600BAH 2O07 4 Good Own 1 CAT Dozer D9T 2012 New Excellent Own 1 John Deere Dozer 650JLG 2005 7 Excellent Own _ 1 John Deere Dozer 450J LGP 2008 6 Excellent Own 1 JD Loader 824K 2011 New Excellent Lease 2 CAT Loaders 980K 2012 NEW Excellent Lease 1 CAT Loader 972G 2000 14 Good Own 1 JD Backhoe Lan dscraper 210LE 1998 13 Good Own 2 CAT Off-Hwy Dump Trucks 773B 1993 18 Good Own - - - 1 CAT Off-Hwy Dump Trucks 773E 1990 21 Good Own 1 CAT Off-Hwy Dump Trucks 773E 1981 30 Good Own 1 CAT Off-Hwy Dump Trucks 773E 2003 9 Good Own 1 CAT Graders 14M 2011 New Excellent Own 1 CAT Grader 140H 2004 7 Excellent Own 1 ICAT Grader 14G 1985 26 Good —Ownn 1 Rahco Grader Rahco 2004 7 Excellent Ow i Page 1 Major Items Equipment Detailed List 4-20-2014 Qty Description JModel Model Yr Age Condition 1 Hitachi Mini Excavator 50ZTS 2005 6 Very Good Own 70 Maint. &Operation Vehicles Various New-16 Excellent Own 1 Freightliner Dump Truck FLD/TM 2005 6 Good Own 5 Freightliner Dump Truck FLD/TM 2006 5 Good Own 4 Freightliner Dump Truck FLD/TM 2007 4 Good Own 1 Kenworth Dump Truck T800B 1997 14 Good Own 1 Mack Dump Trucks RD688S 1998 13 Good Own 2 Western Star Dump Trucks 49F/TM 2012 New Excellent Own 2 Western Star Tractors 49S/DS 2007 4 Good Own 2 Western Star Lowboy Tractors 4900SA 2010 2 Excellent Own 2 International Distributors Bearcat 1995 16 Good Own 1 Road Widener Midland 2006 5 Very Good Own 1 CAT Paver_ AP1005E 2012 New Excellent Own 1 CAT Paver AP1005D 2008 3 Excellent Own 1 CAT Paver AP555E 2010 2 Excellent Own 2 CAT Grade Rollers CS563C 1995 16 Good Own 1 Hypac Pneumatic Roller C560B 2001 10 Good Own 1 Writgen Milling Machine W1200FT 2001 _ 10 Very Good Own 5 Truck Scales&(2 Portables) 30 to 150 Ton Excellent Own 1 Auburn Asphalt Plant Gencor Very Good -Own --- 1 Seattle Asphalt Plant StanSteel/Genwr Very Good Own 1 Complete Crushing Plant 300-1200 TPH Excellent Own 1 Cat Excavator 345D 2011 New Excellent Own 1 Cat Excavator 336D 2011 New Excellent Own 1 Cat Excavator 320D 2011 New Excellent Own _ 1 Cat Loader 972H 2011 New Excellent Own 2 CAT AC Rollers 224E 2007 6 Good Own 1 CAT Roller(15 Ton) CB54 2012 2 Good Own 1 CAT Roller (20 Ton) CB64 2011 3 Excellent Lease 2 CAT Roller(10 Ton) CB434D 2011 3 Excellent Lease 1 CAT_Mini Excavator 305E 2013 1 Excellent Own 2 3 Axle Tilt Trailers Dump Trk 1999 15 Good Own 1 2 Axle Lowboy Trlr Trail King 1999 15 Good Own -- 1 3 Axle LowboyTrlr TrailKing 1999 15 Good Own ITEM 4.7 I Page 2 Major Items Equipment Detailed List 4-20-2014 CREDIT INFORMATION Name: ICON Materials,(dba of CPM Development Corporation) Legal Entity: CPM Development Corporation Subsidiary of: Oldcastle Materials,Inc. Business Started: Oldcastle Materials,Inc. established 1978 Federal I.D.No.: 91-1272258 Duns No. 02-733-6650 Legal Entity UBI No. 601 006 854 Managers: Dave Gent, Vice President,CPM Development Corporation Rob Meidinger, Operations Manager,ICON Materials Tim Davis, Construction Division Manager,ICON Materials Credit References: N.C.Machinery,PO Box 88786,Seattle,WA 98138 Contact: Credit Department,(Phone)425-251-5861 (Fax)425-251-6287 US Oil&Refining Company,PO Box 2255,Tacoma,WA 98401 Contact: Credit Department,(Phone)253-383-1651,(Fax)253-383-9970 Bank References: For ICON Materials For Oldcastle,Inc. Bank of America Bank of America Lois D.Marshall Larry Schaad,Vice President Atlanta Plaza Bldg 600 Peachtree St NE 1230 Peachtree,Suite 3800 Atlanta,GA 30308-2265 Atlanta,GA 30309 (404)607-5913 (404)249-6915 Terms: Monthly statements are requested. Further credit information may be obtained by writing the Company,attention Vanessa Hoang, Accounting Manager,at the address below. ICON Materials(dba of CPM Development Corporation) Corporate Office 1508 Valentine Ave SE Pacific,WA 98047-2103 206-575-3200 Phone 206-575-3207 Facsimile IC0NM**982CF An Equal Opportunity Employer ' Ernst `fig Tel;+353 1 475 0555 Chartc�� .counfants Fax:+353 1 475 0599 � Harcourr centre eycom Building a better Harcourt Street Dublin working world Dubli Irelantl Washington State Department of Transportation PO Box 47360 Olympia, WA 98504-7360 CRH pic-CPM Development Corporation and subsidiaries(dba Inland Asphalt Company; ICON Materials; Interstate Concrete&Asphalt Company) Year ended December 31, 2013 Dear Sir, We act as independent auditor to CRH pic("the Company"),a company incorporated in the Republic of Ireland. We confirm that the attached Consolidated Income Statement, Consolidated Statement of Comprehensive Income, Consolidated Balance Sheet and Consolidated Statement of Cash Flows have been correctly extracted from CRH pic's full consolidated financial statements as of and for the year ended December 31, 2013 prepared in conformity with International Financial Reporting Standards as adopted by the European Union on which we expressed an unqualified audit opinion in accordance with International Standards on Auditing (UK and Ireland) issued by the Auditing Practices Board on February 24, 2014. The Consolidated Income Statement, Consolidated Statement of Comprehensive Income, Consolidated Balance Sheet, Consolidated Statement of Cash Flows and consolidated financial statements of CRH plc are solely the responsibility of the directors of CRH plc. The separate financial information included in respect of CPM Development Corporation and subsidiaries has been presented for the purposes of additional analysis and Is also the responsibility of the directors of CRH plc. It has been extracted from the consolidation returns prepared for CPM Development Corporation and subsidiaries in conformity with International Financial Reporting Standards as adopted by the European Union for inclusion in CRH plc's consolidated financial statements'. Such separate financial Information as of and for the year ended December 31, 2013 has been subjected to the auditing procedures applied in the context of our audit of the 2013 consolidated financial statements of CRH plc taken as a whole and is not therefore a separate component of CRH plc's consolidated financial statements. Our audit of the consolidated financial statements of CRH plc is carried out, in accordance with International Standards on Auditing (UK and Ireland) Issued by the Auditing Practices Board, in compliance with our statutory obligations and is subject to a separate engagement letter. our audit report is intended for the sole benefit of the shareholders of CRH plc as a body, to whom It is addressed, and is laid before the Company's annual general meeting along with the CRH plc consolidated financial statements. Our audit of the consolidated financial statements of CRH plc is not planned or conducted to address or reflect matters in which anyone other than such shareholders as a body may be Interested. We and our employees shall have no liability whether in contract, negligence or otherwise to the Washington State Department of Transportation or any other third parties in relation to our audit of the financial statements of CRH plc. For practical purposes the separate financial information included herein in respect of CPM Development Corporation and subsidiaries does not include an allocation for a non-cash charge (and related deferred tax effect) in relation to IFRS 2, Share-based Payment. In addition, the tax charge has been calculated using a composite convenience rate of 39.4%, representing the aggregate of a 35%federal tax charge and a calculated average 4.4%state tax rate. Veerg,n s Charielon,D WY,6 Deegan,D File Gerald,G Harman.J HIg01ns FCCA,N HUJgson,L Kealy,M xeane.K MMIy,T UU,ioehile.0 Magulre.E M.<Manus,L MCCauI.J M,CPpna<F FCCA, Fm ally,CMwphy,rOXW[r,FCCA.AO'Leary, FCCA,PO'Nele,DOulnn,GFeid,It Sidhd US CPA,A Par...MTrexy,I vernier. EY Building a better working world Our report as set out herein is confidential to the addressee of this letter and is provided solely for the purposes of your assessment of CPM Development Corporation and subsidiaries' compliance with the terms of your proposal for qualification application. It should not be made available to any other party without our written consent. &-.,,�-9, Y,-,n� Ernst&Young Dublin March 11,2014 i INDEX CRH plc SUMMARY FINANCIAL INFORMATION YEAR ENDED 31 DECEMBER 2013 Page Consolidated Income Statement 1 Consolidated Statement of Comprehensive Income 1 Consolidated Balance Sheet 2 Consolidated Statement of Cash Flows 3 Note to Summary Financial Information 4 CPM Development Corporation and subsidiaries SUMMARISED FINANCIAL INFORMATION YEAR ENDED 31 DECEMBER 2013 Consolidated Profit and Loss Account 5 Consolidated Balance Sheet 6 Note to Summarised Financial Information T i Consolidated income Statement for the financial year ended31 December 2013 Restated 2013 2012 Notes Qn erl 2 Revenue 18,031 18,084 3 Cost of sates 13 314 (13.161) Gross profit 4,717 4,923 3 Operating Costs (4,017) (4,118) 2.4,6,7 Group operating prom 100 805 2.5 Profit on disposals 28 230 profit before finance costs 126 1,035 9 Finance costs (202) (271) 9 Finance Income 13 15 9 Other financial expense (48) (49) 10 Share of equity accounted Investments'less fµ) (84) 2 (Loss)tprottt before tax (216) 646 I Income tax expense (80) (106) Group(loss)/profit for the financial year 296). 540 (Loss)Iprofit attributable to: (296) 535 Equity holders of the Company Noncordro0ing interests 1 2 Group(losspprofit for the financial year (286) .-540 13 Basic(fosaueamings per Ordinary Share 4g 6c 74,6c 13 011uted(loesyaernings por Ordinary Share 40.111c) 74.50 All 01 the results relate to continuing operations. Consolidated Statement of Comprehensive Income for the financial year ended 31 December 2013 i Restated 2013 2012 Notes Bm 6n Group ponyprofit for the financial year (296) 540 Other comprehensive Income Items that may be reclassified to profit or lass In subsequent years: Currency translationeNecis (373) (51) 25 (Losses)Igains relating to cash flow hedges (2) 1 376 (50) Items that will not be reclassified to profit or loss In subsequent years: 28 Reeasuremenl of retirement benefit obligations 782 (146) m 11 Tax on items recognised directly within other Comprehensive income (41) 23 118 (123) Total other comprehensive Income for the year (256) (173) Total comprehensive Income for the financial year b61 367 Attributable to: (652) 366 Equity holders of the Company Non-controlling interests 1 1 Total comprehenale Income for the financial year f6611 367 N.Hartery,A.Manifold,Directors Coneolldated Balance Sheet as at 31 December 2013 Restated as at Restated 1 January 2013 2012 2012 Notes 4601 Em fin ASSETS Non-currentansts 14 Property,plant and equipment 7,639 7,971 6,008 15 IntangMesesets 3,911 4,267 4,148 16 Investments accounted for using the equity method 1,340 1,422 2,073 16 Other finandal assets 23 34 34 to OtharrecaNables 93 63 60 25 Derivative financial Instruments 63 120 163 27 Deterred Income tan assets 107 191 274 Total non-current assets 13,076 14,088 14,760 Currentessets 17 Inventories Z254 2.333 2,179 18 Trade and other receivables 2,516 2,520 2,542 16 Assetheldforsale - 143 - Current Income tax recoverable 26 17 8 25 Derivative financial Instruments 17 52 24 23 Cash and cash equivalents 2,640 1,747 1,246 Total current assets 7,353 8,812 5,999 Total assets 20,429 20NW 20,759 EQUITY Capital and rasarves attributable to the Company's equity holders 29 Etiftshsrecapital 261 249 247 29 Preference share capital 1 1 1 29 Share premium account 4,219 4,133 4,047 29 Treasury Shares and own shares (lie) (146) (183) !! Other reserves 107 182 168 ,. Foreign currency translation reserve (642) (169) (119) Retained Income 5,654 6,303 8.368 9,662 10.553 10,519 Non-oontrolling Interests 24 36 41 !I Total equity 9,666 10,589 10,560 !I UABIUTIE9 Non-current liabilities 24 Interest-bearing loans and borrowings 4,579 4.161 4,300 25 Derivative financial Instruments 34 14 - 27 Defend Income tax liabilities 1,166 1,232 1,336 19 Other payabies 289 277 184 28 Retirement benefit obligations 410 653 636 26 Provisions for liabilities 231 256 244 Total noncurrent liabilities 6,709 6.593 6,700 Current liabilities' 19 Trade and other payables 2,764 2,775 2,717 Current income tax liabilities 151 180 193 24 Interest-bearing loans and borrowings 961 647 458 25 Derivative financial Instruments 19 6 10 26 Provisions for llabilities 149 110 121 Total Current liabilities 4,034 3,718 3,499 Total liabilities 10,743 10,311 10,199 Total equity and IiabiliUes 21,100 2.1759 N.Hartery,A Manifold,Directors i Consolidated Statement of Cash Flows for the financial year ended 31 December 2013 Resealed ''.. 2013 2012 Notes On Em Cash flows from operating activities (Loss)tpmffi before tax (216) 646 !, 9 Finance costs(net) 297 305 10 Share of equity accounted Investments'result 44 84 5 Profit on disposals (26) (230) Group operating profit 100 805 3 Depredation charge 671 se0 3 Amortisaflon of Intangible assets 64 44 3 Impairment charge 060 28 8 Share-based payment expanse 15 14 Other(primarily pension payments) (96) (152) 20 Net movement on worldng capital and provisions 77 (58) Cash generated from operations 1,471 1,367 Interest paid(induding finance leases) (26e) (288) Corporation fox paid (110) (124) Net rash Inflow from operating activities 1,092 985 Cash flows from Investing acltvntss 6 Proceeds from disposals(net of cash disposed) 122 782 Interest received 13 16 Dividends received from equity accounted Investments 33 36 14 Purchase of property,plant and equipment 1487) (50) 31 Acquisition of subsidiaries(net of cash acquired) (336) (418) 16 other investments and advances (78) (66) 20 Deferred and contingent acquisition consideration paid (105) (30) Not cash outflow from Investing activities (848) (215) Cash flows from financing activities Proceeds from exercise of share options 19 1s Acquisition of non-controlling Interests (43) (2) increase In interest-bearing loans,borrowings and finance lasses 1A91 487 Net cash low arising from derivative financial Instruments as 13 29 Treasury/own shares purchased 16) Repayment of Interest-bearing loans,borrowings and finance leases 16811) (394) 12 Dividends paid to equity holders of the Company (367) (302) 12 Dividends paid to norrcmtrding Interests (1) (4) Net ash Inflow/(outflow)from financing activities 601 (248) Increase In ash and ash equivalents 845 524 Reconciliation of opening to ceasing ash and ash equivalents 21 Cash and ash equivalents at 1 January 1,747 1,246 Translation adjustment (62) (23) _ Increase in ash and ash equivalents 645 524 21 Cash and ash equivalents at 31 December 2,640 1,741 Reconciliation of opening to dosing net debt 21 Not debt at 1 January (009) (3,336) 31 Debt in acquired companies (44) (42) 6 Debt In disposed companies 17 2 Increase in interest-bearing loans,borrowings and finance leases (1,491) (487) Net ash flow arising from derivative finandel instruments (64) (13) Repayment of interest-bearing loans,borrowings and finance leases sea 394 Increase in cash and ash equivalents 846 624 Mark-to-market adjustment 10 9 Translation adjustment 77 39 21 Net debt at 31 December (2,873) (2,909) N,Hartery,A.Manifold,Directors CRH plc Note to Summary Financial Information December 31, 2013 Note 1 The preceding financial information has been extracted from the consolidated financial statements of CRH plc as of and for the year ended December 31, 2013 prepared in accordance with International Financial Reporting Standards as adopted by the European Union and on which the auditor, Ernst & Young, Dublin Ireland, expressed an unqualified audit opinion on February 24, 2014. It does not constitute "full group accounts" financial statements as defined in Regulation 40(1) of the European Communities (Companies: Group Accounts) Regulations, 1992. Copies of the full financial statements of CRH pic as of and for the year ended December 31, 2013 will be sent to shareholders in April 2014 and will in due course be lodged with the Irish Stock Exchange and filed with the Registrar of Companies in Ireland. The consolidated financial statements of CRH plc as of and for the year ended December 31,2012 on which Ernst & Young Dublin Ireland Issued an unqualified audit opinion have already been filed with the Registrar of Companies in Ireland. 4 CPM Development Corporation and subsidiaries (Ultimately a Wholly Owned Subsidiary of CRH plc, a Republic of Ireland Corporation) Consolidated Profit and Loss Account Year ended December 31, 2013 (U.S. dollars in thousands) Net sales $ 256,708 Cost of sales (170,612) Gross profit 86,096 Selling, general and administrative expenses (79,605) Operating profit 6,491 Other income (expense): Interest expense (5,744) Other income (expense), net 2,489 Total other income(expense) (3,255) Profit before income taxes 3,236 Provision for income taxes 1,275 Net profit $ 11961 5 II CPM Development Corporation and subsidiaries (Ultimately a Wholly Owned Subsidiary of CRH plc, a Republic of Ireland Corporation) Consolidated Balance Sheet December 31, 2013 (U.S. dollars in thousands, except per share) Assets Current assets: Cash and cash equivalents $ 2,893 Trade and other receivables, net 33,583 Inventories, net 30,162 Total current assets 66,638 Property, plant and equipment, gross 344,006 Less: Accumulated depreciation (161,450) Property, plant and equipment, net 182,556 Goodwill 66,902 Other assets 2,411 Total assets $ 318,507 Liabilities and stockholder's equity Current liabilities: Accounts payable, accrued expenses and other liabilities $ 39,275 Total current liabilities 39,275 Other liabilities 1,576 Due to parent and affiliate 38,554 Stockholder's equity: Common stock, no par value; 100,000 shares authorized; 38,578 shares issued and outstanding Additional paid-in capital 89,485 Retained earnings 149,617 Total stockholder's equity 239,102 Total liabilities and stockholder's equity $ 318,507 b CPM Development Corporation and subsidiaries Note to Summarised Financial Information December 31, 2013 Note 2 The preceding financial information has been extracted from the consolidation information for CPM Development Corporation and subsidiaries, as of and for the year ended December 31, 2013, as prepared in conformity with International Financial Reporting Standards as adopted by the European Union for the purposes of Inclusion In the consolidated financial statements of CRH plO. i i I 'For practical purposes"the separate financial Information included herein In respect of CPM Development Corporation and subsidiaries does not Include an allocation for a non-cash charge(and related deferred tax effect) in relation to IFRS 2, share-based Payment. In addition, the tax charge has been calculated using a composite convenience rate of 39.4%, representing the aggregate of a 35%federal tax charge and a calculated average 4.4%state tax rate, 7 PAREWCOMPAWPLEDGE OFNETWORTH AND GUARANTEE OFPERFORMANCE 1. Oldcastle, Inc. represents that it is the absolute parent company of CPM Development Corporation, a Washington corporation, d/b/a Inland Asphalt Company and ICON Materials ("CPM"). 2. Oldcastle, Inc. is executing this guarantee for the purpose of obtaining the pre-qualifications of CPM and to allow CPM to submit bid proposals for the construction or improvement of State of Washington highways. 3. In consideration for the prequalification of CPM by the Washington Department of Transportation, Oldcastle, Inc. does hereby irrevocably guarantee complete performance of any and all contracts hereafter awarded by the State of Washington to CPM during the period beginning April 1,2014 and ending at 11:59 pm EST on March 31,2015. 4. In the event that CPM is pre-qualified by the Washington State Department of „ Transportation, Oldcastle, Inc. then hereby pledges Thirty Five Million US Dollars ("S35,000,000")of its net worth to CPM. 5. Oldcastle, Inc. further agrees to submit its financial statement with and as a part of the prequaiification statement of CPM if requested or required. 6. The individuals executing this guarantee are authorized to execute for and on behalf of Oldcastle,Inc. OLD�CASSTLE,INC. By: Michael G. O'Driscoll Its: Chief Financial Officer,Vice President and Secretary BY' c an Its: Sr. Vice President of Tax&Risk Management and Assistant Secretary 1 STATE OF GEORGIA ) COUNTY OF Cobb ) On this day personalty appeared before me Michael G.ODriscoll and Gary P.Hickman to me known to be the individuals described in and who executed the within and foregoing instn mmt, and acknowledged that they signed same as their five and voluntary act(s)and deed(s),for the uses and purposes therein mentioned GIVEN under my hand and official seal this H 4day of March,2014. Notary Public M. State of Georgia ADTARYpU ft 2 i i PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within fifty (50) 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 n) , . � to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an Irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. ICON Materials DATE: May 27, 2014 (dba of CPM Development Corporation) NAME BY 3: LrE � gnature �a vtd Gent General Manager/VP (Print Name and Title) 1508 Valentine Ave SE Address Pacific WA. 98047-2103 2014 Asphalt Overlays/Langholz 28 May 1, 2014 Project Number: 14-3001 'age 33 Proposal Signature Page 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale GPM DEVELOPMENT CORPORATION GldcastleP CORPORATE OFFICE•5111 E BROADWAY•SPOKANE VALLEY,WA 99212 Materials '.. P.O. BOX 3366•SPOKANE,WA 99220-3366•OFFICE:(509)534.6221 •FAX:(509)536-3051 CERTIFICATE OF AUTHORITY Central Pre-Mix ICI Concrete co. Please be advised,that the individuals whose names,titles and signatures appear below are authorized to execute proposals,contracts,bonds,and other documents and/or instruments on behalf of CPM Development Corporation, d/b/a ICON Materials, ICON Materials is a CPM Development Corporation trade name. Central Pre Mix Prestress Co. Signature Name and Title David Gent, General ManagerNice President Inland Asphalt Co. rr Rob Meidinger, Operations Manager 1 ` Interstate Concrete &Asphalt Co. Tim Davis, Construction Division Manager ro Rick Maurstad, Senior Project Manager ICON Materials ® Pat Skube, Chief Estimator Wenatchee. Sand and Grayer - Central Washington Concrete Respectfully submitted, S� Eugone CPM DEVELOPMENT CORPORATION Susan L.Devaney Viking Real-Mix - Northwest Division CFO STATE,OF WASHINGTON ) ss. COUNTY OF SPOKANE ) Green&White ' Rock Products On this day personally appeared before me Susan L. Devaney, knownto me to be, the person that executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials, and acknowledged said instrument to be the free and voluntary act of said corporation, Klee p't Pao@o. - for the uses and purposes therein mentioned. Corporation.- r &De elopmente SUBSCRIB$D and sworn to before me this d of jT I�g 014. , &�evelopm¢nt KATHLEEN FRIZZELL ` Notary Public Sign t e o Notary ,1 Rive®. State of Washington a'M'eeyl Sand and Gravel My Commission Expires Print or Type Name of NoTao January 19, 2917 NOTARY PUBL^`I�C/pin and for the State of Washington iwResiding at r l l Z V614j' Caytx�!J Salem' My Commission expires on Rood&Driveway eI Valley Concrete&Gravel BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, ICON Materials (dba of CPM Development Corporation) as Principal, and Fidelity & Deposit Company of Maryland as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of Total Amount Bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2014 Asphalt Overlays/Project Number: 14-3001 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 27th DAY OF May 2014, IC -'late, (dba of lM Dint Corporation) PRINCIPAL David Gent General Manager/VP Fid lity & Deposit any of n M RETY Kare Rhinehart Attorney-in-Fact 20 Received return of deposit in the sum of $ I I I 2014 Asphalt Overlays/Langholz 29 May 1, 2014 •a Project Number: 14-3001 'age 34 Bid Bond Form 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY '.. KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute,and appoint David GENT, Rob D.MEIDINGER,Karen RHINEHART, Tim DAVIS and Susan L. DEVANEY, all of Pacific,Washington, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,Any and all bid bonds issued on behalf of ICON Materials(dba of CPM Development Corporation),Kent,Washington each in a penalty not to exceed the sum of$1,000,000 and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York„ the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 13th day of December,A.D.2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND '. e<OVpJ� .F�,..�1lNS� .m�n. By. - - Assistant Secretory Vice President Gerald F.Raley Thomas O.McClellan State of Maryland City of Baltimore On this Bib day of December,A.D.2013,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O.MCCLELLAN,Vice President,and GERALD F.HALEY,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swum,deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand mud affixed my Official Seal the day and year first above written. Neilyr�h�� �G,� "'°JL/s� //riYitnlN"s Maria D.Adamski,Notary Public My Commission Expires:July 8,2015 POA-F 020-8022U CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered Into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that In connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief, I 2014 Asphalt Overlays Project Number: 14-3001 NAME OF PROJECT ICON Materials (dba of CPM Development Corporation) NAME OF BIDDER'S FIRM _SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER rr 2014 Asphalt Overlays/Langholz 30 May 1, 2014 ai Project Number: 14-3001 'age 35 City of Kent Combined Declaration Form: Non-Collusion, Minimum Wage 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (Incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required t for this Change Order -0- Working days Revised Time for Completion Working days 2014 Asphalt Overlays/Langholz 31 May 1, 2014 us Project Number: 14-3001 'age 36 Change Order 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim It may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte , P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: �I .a i 2014 Asphalt Overlays/Langholz 32 May 1, 2014 Ali Pmject Number: 14-3001 'age 37 'fovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale cY 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 ....................�/ Order of Contents.............................................................................:... Invitationto Bid.................................................................................. / Contractor Compliance Statement....................................................... Date............................................................................................f� r, Have/have not participated acknowledgment.............................FE( Signature and address........................................................ ....[H� Declaration - City of Kent Equal Employment Opportunity Policy ............�-// Dateand signature ...........................................................:.........�d Administrative Policy ................................................................. id Proposal.............................................................................................:: First line of proposal - filled in ...................................................I-�/ Unit prices are correct ......................... ..... .............................. GY/ Bid the same unit price for asterisk (*) bid items.......................13 Minimumbid prices are correct...................................................fib Subcontractor List (contracts over $100K) ..................................... .....C}�// Subcontractors listed properly....................................................C�' Signature. ................................................................................ Q/ Subcontractor List (contracts over $1 million).....................................CS/ Subcontractorslisted properly................................................... Ltf/ Date and signature .................................................................... id Contractor's Qualification Statement ...................................................� ProposalComplete and Signature Pager.zed...............................................................� AllAddenda acknowledged .........................................................p/ Date, signature and address ....................................................... Bid Bond Signature, sealed and dated .......................................................� Power of Attorney....................................................................... IV (Amount of bid bond shall equal 5% of the total bid amount) j Combined Declaration Form.................................................................�/ Signature.................................................................................... ChangeOrder Form............................................................................. 'N Bidder's Checklist ............................................................................... The following forms are to be executed affier the Contract Is awarded: _ A) CONTRACT This agreement Is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: +� A) CITY OF KENT EOUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2014 Asphalt Overlays/Langholz 33 May 1, 2014 w Project Number: I4-3001 l �Ma$enals rR•; 'age38 Bidder's Checklist soiCPMDevelopmentG' 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scal� BOND NO. 09161900 PAYMENT AND PERFORMANCE BOND K�NT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, ICON Materials (dba of CPM Development Corporation) as Principal, and Fidelity& Deposit Company of Maryland _ a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $1,606,002.50 together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2014 Asphalt Overlays/Project Number: 14-3001 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. i 2014 Asphalt Overlays/Langholz 34 May 1., 2014 Project Number: 14-3001 TWO WITNESSES: ICON Materials(dba of CPM Development Corporation) PRINCIPAL (enter principal's name-9bove) Jjr i ;� f f fiG ' BY: TITLE: General Manager/VP DATE: f { „!fm`f DATE: — CORPORATE SEAL: CANNON WRAY , PRINT NAME I. DATE: JUNE 6,2014 Fidelity & Deposit Company of Maryland SURETY CORPORATE SEAL: M�DAVIS � `DATE: JUNE 6, 2014 TITLE: ATTORNEY-IN-FACT ADDRESS: 15 W. SOUTH TEMPLE,STE. 700 SALT LAKE CITY, UT 84101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (-As4s K) Secretary of the Corporation named as Principal in the within Bond; that David Gent Who signed the said bond on behalf of the Principal ICON Materials(dba of CPM Development Corporation) 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. SE RETARy OR S STANT S� ETARY 2014 Asphalt Overlays/La ng holz 35 May 1, 2014 Project Number: 14-3001 I SURETY ACKNOWLEDGMENT STATE OF UTAH } COUNTY OF SALT LAKE } SS On this 6TH day of JUNE, 2014, before me personally came TINA DAVIS to me known, who, being by me duly sworn, did depose and say that she is an Attorney-In- Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND the corporation described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affixed to the within instrument is such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney-in-Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. Notary Public i r; I ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALI,MEN 13Y THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint Tina DAVIS,Lisa HALL,Lindsey PLATTNER and Jessica ARNOLD,all of Salt Lake City,Utah, EACH its true and lawful agent and Attorney-in-Fact, to make,execute,seal and deliver,for,and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUAUFY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND➢EPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto suhscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1lth day of May,A.D.2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAI:AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND INS 4•ugyt�tL L 'wy Ot/at�r .•\GPN....,�H'4� rr V � �Twr� ?�Pr�prroq, 1W(i�i t � fewf�ara uu ..........rc+,. Assistant Secretory Vice President Gregory E.Murray Thomas O.McClellan State of Maryland City of Baltimore On Otis I lth day of May,A.D.2012,before the subscriber,a Notary Public of the State of Maryland,duty commissioned and qualified,THOMAS O. MCCLFLLAN,Vice President,and GREGORY E.MURRAY,Assistant Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and Naith, that he/site is the said officer of the Company aforesaid,and that the seals affixed to the Acceding instrument ate the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year fiist above written. ok ll psi Maria D.Adamski,Notary Public My Conunission Expires:July 8,2015 POA-F 020-8022W EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attornevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, rccognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Scal of the Company may be affixed by facsinule on any Power of Attorney...Any such Power or any certificate thereof heating such facsimile signature and seal shall be valid and binding oil the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990, RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be,valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 6TH day of JUNE 2014 yen uarosy a�µ+N III ;g` SEAL ,V James M. Carroll,Vice President I CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and ICON Materials(dba of CPM Development Corporation) , organized under the laws of the State of Washington located and doing business at 1508 Valentine Ave SE Pacific, WA. 98047-2103 ("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: 2014 Asphalt Overlays/Project Number: 14-3001 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments Issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within fifty (50) 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 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 and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. I 2014 Asphalt Overlays/Langholz 36 May 1, 2014 Project Number: 14-3001 S. 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. 2014 Asphalt Overlays/Langholz 37 May 1, 2014 Project Number: 14-3001 CITY OF KENT BY: SUZET,Ttoob , MAYOR 11 DATE: ATTEST: "o Z- ,/RONALD F. MMDORE,;CITY CLERK APPROVED AS TO�ORM: 4TKE LAW DEPXR�Z'MENT CONTRACTOR BY: PRI NAME: David Gent TITLE: General Manager/VP DATE: blk;-Zo�/'61 2014 Asphalt Overlays/Langholz 38 May 1, 2014 Project Number: 14-3001 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. 2014 Asphalt Overlays/Langholz 39 May 1, 2014 Project Number: 14-3001 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 2014 Asphalt Overlays/Lang holz 40 May 1, 2014 Project Number: 14-3001 EXHIBIT A (Continued) G. Verification of coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. i 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. 2014 Asphalt Overlays/Langholz 41 May 1, 2014 Project Number: 14-3001 Certificate of Insurance THIS CERTIMCM E IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCH POLICY AND DOES NOT AMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.POLICY LIMITS ARE NO LESS THAN THOSE LISTED ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/Li ell IS NOT LIMED BELOW. This is to Certify that I ICON Materials (dba of CPM Development Corporation) NAME AND 1508 Valentine Ave SE ADDRESS Li ' Pacific WA 98047 OF INSURED is,at the issue date oftbis certificate,insured by the Company under the policy(ies)listed below. The insurance afforded by the listed policy(ies)is subject to all their terms,exclusions and Conditions and is not altered by any requirement,term or condition ofauy contract or other document with respect to which this certificate maybe issued. EXP DATE TYPE OF POLICY ❑CON'I INUOOS POLICY NUMBER LIMIT OF LIABILITY ❑EXTENDED ❑POLICY TERM WORKERS 9/1/2014 WA7-CBD-DD4D95-D23 COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY LAW OF THE FOLLO WING S'TA'I'FS: COMPENSATION ALL STATES EXCLUDING Bodily Eiury by Accident WC7-C81-004095-013 MANOPOLISTICS STATES NY& 1 000 OOOna nA«iueat Bodily Injury By Disease WI $1,000,000 Bodily Injury By Disease 1 000 000 COMMERCIAL 9/1/2014 TB2-C81-004095-113 Oc'reral Aggregate GENERAL LIABILITY $3,000,000 0 OCCURRENCE Products/Completed Operations Aggregate $3,000,000 ❑CLAIMS MADE Each Occurrence $2 000 000 AETRO DATE Personal,@ Advertising Injury $2,000,000 Per Person/Organization Other Other Per PModi,roject AExm_ re ate Fire Damamge$100,000 AUTOMOBILE 9/1/2014 AS2-C81-004095-123 H.1.Andach iD.CosingleLimit LIABILITY $2 000,000 B.I.And P.D.combined Comp DIED $10,000 Each Person 0 OWNED Coll DED $10,000 Each Accident or Occurrence I❑I NON-OWNED IJ HIRED Each Accident m Occuncucc OTHER 09/01/2013 EW7-68N-004095-343 WA SIR$250,000 EXCESS OM EN WORKERS' 09/01/2014 $E75C0EOS0S0 WC-$250,000,000(INCLUDES WA STOP GAP)/EL- EMPLOYERS'LIABILITY ADDITIONAL COMMENTS till RE:Project No. 14-3001,2014 Asphalt Overlays,various locations in the City of Kent. City of Kent is listed as additional insured with regards to general liability where required by written contract. Coverage is primary and non-contributory. General liability,automobile liability,and workers compensation policies include a waiver of subrogation in favor of the additional insured, where required by written contract and where applicable by law. •If the wrtlfieete expiration date is continuous or extended term,you will be notified if coverage Is terminated or reduced before the certificate expiration dale. NOTICE OF CANCELLATION:(NOT APPLICABLE UNLESS ANUMBER OF DAYS IS ENTERED BELOW) Liberty Mutual BEFORE THE STATED EXPIRATION DAIH 'I'HT. COMPANY WILL NOT CANCEL OR REDUCE THE ty INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE Insurance Group OF SUCH CANCELLATION HAS BEEN MAILED 10: RE:Project No. 14-3001 City of Kent /J 'J �'y Public Works Department Stan Esposito a 400 West Goble Pittsburgh/0387 AUTHORIZED REPaesEN1A'rlvF. Kent WA 98032 12 Federal Street,Ste. 310 Pittsburgh PA 15212-5706 412-231-1331 6/9/2014 LOFFICE PHONE DA I F ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10 MDT NO.: 20445920 CLIENT CODE IN 44 Nicholas Sisoni e/9/2014 12;3102 PS (EDT) Page. 1 of 1 A� ® CERTIFICATE OF LIABILITY INSURANCE DAT06/201DDIYVYY) ® 0610612D74 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS 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 CONTA MARSH USA,INC. NAME` -_ TWO ALLIANCE CENTER PHONE _-- FAx ExD, _ A! No: 3560 LENOX ROAD,SUITE 2400 -MAIL _ _-- ATLANTA,GA 30326 ADDRESS: _ INSURER($)AFFORDING COVERAGE NAICp J34420-..-EX-13-14 INSURER A:American Guarantee&Liability Ins Co 26247 INSURED INSURER B: ICON MATERIALS -- _-_-- dba CPM DEVELOPMENT CORPORATION _INSURER C: _ 1508 VALENTINE AVE BE msuRER 0: PACIFIC,WA 98047 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-003270029-01 REVISION NUMBER:1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE lNgR MO POLICY POLICY NUMBER POLICY MM/DDt YYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence).. $ CLAIMS-MADE OCCUR MED EXP(My one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEHL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO $ POLICY PRO- '. LOC -- $ JECTAUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident _ $ ANY AUTO BODILY INJURY(Perperson) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per acadenl $ A X UMBRELLA LIAB I X OCCUR AUC655102604 09/01/2013 0910112014 EACH OCCURRENCE $ 1,000,000 ESS DAB CLAIMS-MADE AGGREGATE $ 1,000,000 XCD RETENTION$ $ WORKERS COMPENSATION WC STATU- I OTH- AND EMPLOYERS'LIABILITY YIN TORYLIMLS I I ER ANY PROPRIETORIPARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? NIA (Mandatary in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ANach ACORD 101,Additional Remarks Schedule,if more space Is required) CITY OF KENT IS(ARE)INCLUDED AS ADDITIONAL WSURED(S)PER WRITTEN CONTRACT,THE UMBRELLA POLICY IS'FOLLOW FORM"AND NON-CONTRIBUTORY. WAIVER OF SUBROGATION APPLIES, CERTIFICATE HOLDER CANCELLATION CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PUBLIC WORKS DEPT. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ATTN:TIMOTHY LAPORTE ACCORDANCE WITH THE POLICY PROVISIONS. 400 WEST GOWE KENT,WA 98032 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: T62-C81-004095.113 COMMERCIAL GENERAL.LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured Is amended to B. With respect to the insurance afforded to these include as an additional Insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for"bodily injury", 'property This insurance does not apply to "bodily Injury" or damage" or "personal and advertising injury" "property damage" occurring after. caused, in whole or in part,by: 1. All work, including materials, parts or equip- 1. Your acts or omissions; or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed; or nated below. 2. That portion of "your work" out of which the Injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. SCHEDULE Name Of Additional Insured Person(s) Locations) Of Covered Operations Or Organization(s): Any owner, lessee, or contractor for whom yu have Any location listed in such agreement agreed in writing prior to a loss to provide Iiabilky insurance Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: TB2-C81-OD4095.1 13 CONWRCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES WE POLICY, PLEASE READ ITCAREFULLY. ADDITIONAL I - OWNERS, LESSEE OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section 11 — Who Is An Insured is amended to include as an additional Insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by 'your work" at the location designated and described in the sched- ule of this endorsement performed for that additional Insured and included in the "products-completed operations hazard". SCHEDULE Name Of Additlonal insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any owner, lessee, or contractor for whom you have Any location listed in such agreement agreed in writing prior to a loss to provide liabiltiy insurance Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 THIS ENDORSEMENT CHANCES THE POLICY, PLEASE READ IT CAREFULLY, DESIGNATED INSURED This endorsement modifies insurance provided on der the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGC FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are 'Insureds' under the Who Is An Insured Provi- sion of the Coverage Farm. This endorsement does not alter coverage provided in the Coverage Form, SCHEDULE I' i Name of Person(s) or Organizatlon(s)t Any person or organization whom you have agreed in writing to add as an additional insured, but only to coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage orthe limits of insurance provided in this policy, (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations 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 Sectlon 11 of the Coverage Form. policy No: AS2-Cal-004095-123 Issued By: Liberty Mutual Tire insurance Co. Effective Date: 09/01/2013 Expiration Date: 09/0i/2014 Sales Office: 0387 CA 20 48 02 99 Copyright, insurance Services Office, Inc., 1996 Page 1 of 9 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms......................................................... 1-2 1-02 Bid Procedures and Conditions............................................. 1-3 1-03 Award and Execution of Contract.......................................... 1-5 1-04 Scope of the Work .............................................................1-6 1-05 Control of Work .................................................................1-8 1-06 Control of Material ........................................................... 1-17 1-07 Legal Relations and Responsibilities to the Public.................. 1-19 1-08 Prosecution and Progress .................................................. 1-25 1-09 Measurement and Payment ............................................... 1-29 1-10 Temporary Traffic Control ................................................. 1-31 4 DIVISION 2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-3 2-06 Subgrade Preparation .........................................................2-4 2-07 Watering ..........................................................................2-4 i DIVISION 4 BASES.......................................................................4-1 ! 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS..................7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells.........................7-1 7-12 Valves for Water Mains .......................................................7-3 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 8-04 Curbs, Gutters, and Spillways..............................................8-4 8-06 Cement Concrete Driveway Entrances...................................8-5 8-09 Raised Pavement Markers ...................................................8-5 8-13 Monument Cases ...............................................................8-7 8-14 Cement Concrete Sidewalks ................................................8-7 8-20 Illumination, Traffic Signal Systems, and Electrical .................8-8 8-21 Permanent Signing........................................................... 8-10 8-22 Pavement Marking ........................................................... 8-11 8-23 Temporary Pavement Markings.......................................... 8-13 2014 Asphalt Overlays/Langholz May 1, 2014 Project Number: 14-3001 i KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-29 Illumination, Signal, Electrical..............................................9-1 9-30 Water Distribution Materials ................................................9-2 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 LOCATION MAPS,PLANS, AND CROSS SECTIONS ............................. A-3 TRAFFIC CONTROL PLANS ............................................................... A-4 t PREVAILING WAGE RATES............................................................... A-S I I I i L. i I 2014 Asphalt Overlays/Langholz May 1, 2014 Project Number: 14-3001 J i KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 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 I Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a j 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 BYADDING THE FOLLOWING. 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent 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, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: I 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 2014 Asphalt Overlays/Langholz 1 - 1 May 1, 2014 Project Number: 14-3001 i 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. I The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract 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; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. I Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract 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 j made. 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. The City reserves the right to take any 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"). 2014 Asphalt Overlays/Langholz 1 - 2 May 1, 2014 Project Number: 14-3001 I SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: l 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 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING. 1, I 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.aov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet 'i connection, whether or not inability to access is caused by the bidder's or the City's technology. 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 REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: I I 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each r Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 2014 Asphalt Overlays/Langholz 1 - 3 May 1, 2014 i Project Number: 14-3001 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. I I ,i 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 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal l After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. 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, 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 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(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2014 Asphalt Overlays/Langholz 1 - 4 May 1, 2014 Project Number: 14-3001 I , i 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 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 INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "4S CALENDAR DAYS" WITH "60 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 j 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 two (2) 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 working 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. 2014 Asphalt Overlays/Langholz 1 - 5 May 1, 2014 Project Number: 14-3001 ii l No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE I FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: `i 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, 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 BYADDING THE WORDS, "KENT SPECIAL I' PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 2014 Asphalt Overlays/Langholz 1 - 6 May 1, 2014 Project Number: 14-3001 i 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING; I 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 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING. i 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING. 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause ! an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. 2014 Asphalt Overlays/Langholz 1 - 7 May 1, 2014 Project Number: 14-3001 Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. i Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. i I SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes i 2014 Asphalt Overlays/Langholz 1 - 8 May 1 2014 Project Number: 14-3001 1 DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General i As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. 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). 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 for the city survey crew to complete the rescheduled work. Note: A surveyor 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 a city survey crew to replace the stake, marker or 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. 2014 Asphalt Overlays/Langholz 1 - 9 May 1, 2014 Project Number: 14-3001 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 the Contractor can I, provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. 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 as set forth in Section 1-05.5(5), subsection 2, 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(3) Vacant 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 its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its 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 a city survey crew 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 required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working I 2014 Asphalt Overlays/Langholz 1 - 10 May 1, 2014 Project Number: 14-3001 I days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services �i Work requests must be made at least 3 working days in advance of the required staking. i 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 J 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 deemed applicable as determined by the Engineer. 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 backfill, 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, driveways, 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 50-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 not less than 25-foot stations. 2014 Asphalt Overlays/Langholz 1 - 11 May 1, 2014 Project Number: 14-3001 9. Adjacent or Adjoining Wetlands - One set of stakes delineating 1, 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 i additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied 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 its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline 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. 2014 Asphalt Overlays/Langholz 1 - 12 May 1, 2014 Project Number: 14-3001 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, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including j the use of City forces or other contractors. 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 the 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 and 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. Direct and indirect costs shall include, 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 remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-OS.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. I 2014 Asphalt Overlays/Langholz 1 - 13 May 1, 2014 Project Number: 14-3001 SECTION -O 1 05,11 IS DELETED AND REPLACED WITH THE FOLLOWING: I 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 in writing that the Engineer 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 from the Engineer 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. 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 the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer 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 r 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 2014 Asphalt Overlays/Langholz 1 - 14 May 1, 2014 Project Number: 14-3001 i 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, 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. 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. 2014 Asphalt Overlays/Langholz 1 - 15 May 1, 2014 Project Number: 14-3001 i 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 1-05.13 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 j 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. i SECTION 1-05.14 IS SUPPLEMENTED BYADDING 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: 2014 Asphalt Grinding and Repairs Project consists of asphalt grinding and repairs at various locations throughout the City. Said work will require temporary lane closures and staging of construction equipment. 2014 Crack Sealing Project consists of installing rubberized asphalt for crack sealing roadways at various locations throughout the City. Some crack sealing may be installed on streets identified for asphalt grinding. Said work will require temporary lane closures and staging of construction equipment. 2014 Thermoplastic Markings Project consists of replacing thermoplastic markings at various locations throughout the City. 2014 Asphalt Overlays/Langholz 1 - 16 May 1, 2014 Project Number: 14-3001 I SECTION 1-05IS SUPPLEMENTED BYADDYNG THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 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 unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of I the City. 1-06 CONTROL OF MATERIAL i 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 BYADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall 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 The Contractor shall create and 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 can 2014 Asphalt Overlays/Langholz 1 - 17 May 1, 2014 Project Number: 14-3001 be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall 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. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or j required for product information only. I The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples f The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the ,l Contractor. The Contractor shall make and distribute any required copies for 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 or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify 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. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall 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. 2014 Asphalt Overlays/Langholz 1 - 18 May 1, 2014 Project Number: 14-3001 The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract 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, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response 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 the work not covered in this submission. This response 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, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and 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. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 2014 Asphalt Overlays/Langholz 1 - 19 May 1, 2014 Project Number: 14-3001 i 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 shall contact the Washington State Department of Revenue for answers to questions in this area. The City 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 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 60.28.051). 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 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 2014 Asphalt Overlays/Langholz 1 - 20 May 1, 2014 Project Number: 14-3001 I 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; 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 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 on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained the following permits: None i Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. 2014 Asphalt Overlays/Langholz 1 - 21 May 1, 2014 Project Number: 14-3001 I j 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 I SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage i The Contractor shall promptly repair all damage to either temporary or I permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by 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. i j SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities 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 19.122,030 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 its 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 until installation of all planned improvements at that location is complete. 2014 Asphalt Overlays/Langholz 1 - 22 May 1, 2014 Project Number: 14-3001 i I 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related j 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 i I Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to 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 all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturvLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puaet Sound Enerav Verizon I Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 I I 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 Contract, which constitute the Contractor's insurance requirements for this project. 2014 Asphalt Overlays/Langholz 1 - 23 May 1, 2014 Project Number: 14-3001 1-07.23 Public Convenience and Safety I SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-07.23(1)A Traffic Restrictions on the Contract Work In addition to the requirements of Section 1-0 q 8.3(1), the Contractor shall comply with the following restrictions when performing work. I I All work shall be done at night between 8:00 PM and 5:00 AM. At least 1 lane in each direction shall remain open to traffic 'I during work hours. Traffic will not be restricted between 5:00 AM and 8:00 PM. See traffic control plans in Appendix A-4. No work shall occur during the City's Cornucopia Days scheduled between July 10 to July 13. Contractor shall keep traffic lanes and shoulders clear of equipment and materials during non-working hours. Contractor shall not keep equipment and materials stored within 12 feet from the edge of the traveled wav, unless protected by permanent guardrail or concrete barrier. The Contractor's employees and agents shall not park private vehicles along the traveled way, median or shoulders. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the clans. 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 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 2014 Asphalt Overlays/Langholz 1 - 24 May 1, 2014 Project Number: 14-3001 i i I 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 i SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. 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 and compare the Contract 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. 'i 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. I The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: I 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. I 2014 Asphalt Overlays/Langholz 1 - 25 May 1, 2014 Project Number: 14-3001 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. Unless otherwise approved in writing by the Engineer, 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 working 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. Except in the case of emergency or unless otherwise approved by the Engineer, 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 Kent 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. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. i 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. 2014 Asphalt Overlays/Langholz 1 - 26 May 1, 2014 Project Number: 14-3001 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: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required b q y City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General i 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 resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City 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 adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. i I 2014 Asphalt Overlays/Langholz 1 - 27 May 1, 2014 Project Number: 14-3001 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 THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING. 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING. 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is j the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. i i �i 2014 Asphalt Overlays/Langholz 1 - 28 May 1, 2014 Project Number: 14-3001 SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: i 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. ITEM 1 IN PARAGRAPH 7IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: i 1-09.2(i) 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. Contract number. 8. Unit of measure. 2014 Asphalt Overlays/Langholz 1 - 29 May 1, 2014 Project Number: 14-3001 it 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.5IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-09.5 Deleted or Terminated Work The bidders and Contractor should note that in the case the total project bid exceeds that anticipated by the City of Kent, the City reserves the right to delete portions of the work to avoid re-bidding of the project. The City does fully intend to award and construct the entire project or that portion thereof which can be covered by budgeted funds. Deletions would be made if bids exceed available funds, if weather conditions are j poor, or for City resource constraints. Deletions of any particular project location (in part or whole) may be based on the following location lists: i Schedule Street From To I Central Ave. N. Smith St. George St. II S. 2121h St. East Valley Highway SR 167 III S. 2121h St./East Valley Intersection I Highway SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. i 2014 Asphalt Overlays/Langholz 1 - 30 May 1, 2014 Project Number: 14-3001 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. I 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.S and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent j Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL I I SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General I 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 that may occur on highways, roads, streets, 2014 Asphalt Overlays/Langholz 1 - 31 May 1, 2014 Project Number: 14-3001 sidewalks, pedestrian paths, 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. I SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 I � The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue i Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices j SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: I 1-10.3(3)A Construction Signs Payment for setup and take down of construction 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) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: I 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 2014 Asphalt Overlays/Langholz 1 - 32 May 1, 2014 Project Number: 14-3001 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: I 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 WSDOT Standard Specifications, 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 "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 of the WSDOT Standard Specifications. 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(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. ; 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sion (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." I 2014 Asphalt Overlays/Langholz 1 - 33 May 1, 2014 Project Number: 14-3001 The unit bid price per hour for "Uniformed Off-Duty Police Officer" will be complete compensation for the utilization of a uniformed off-duty Police Officer for traffic control purposes. Cost is per hour for each hour an Officer is on the project with a minimum call-out time of three hours. The Contracting Agency (City of Kent) has set the unit price for "Uniformed Off-Duty Police Officer" at sixty dollars ($60.00) per hour minimum. Should the Contractor determine that the cost for this work is greater than the minimum price shown in the bid form, the Contractor may bid a higher price. Should the Contractor write in a unit price less than the minimum price shown in the bid form, the minimum unit price shown in the bid form shall govern and become part of the bid. No adjustment will be made for overtime hours or holidays. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent 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: i 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 WSDOT Standard Specifications. i I 1, 2014 Asphalt Overlays/Langholz 1 - 34 May 1, 2014 Project Number: 14-3001 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. I SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements i All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. i I SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 3. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 4. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. 2014 Asphalt Overlays/Langholz 2 - 1 May 1, 2014 Project Number: 14-3001 i SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price =additional 6 inches compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: 2014 Asphalt Overlays/Lang holz 2 - 2 May 1, 2014 Project Number: 14-3001 i 8 - 6 $2.00 ( ) x 6 = $0.67/SY in addition to the unit price. No other i compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price =6inches additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/1-F then its additional compensation for the extra thickness would be: (8 - 6) x $25 0 = $0.67/LF in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03,3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. 2014 Asphalt Overlays/Langholz 2 - 3 May 1, 2014 Project Number: 14-3001 The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers i Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method I ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 1 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City 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 City shall provide all water that comes from the City water system. 2014 Asphalt Overlays/Langholz 2 - 4 May 1, 2014 Project Number: 14-3001 Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (25'3) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. 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. I 2014 Asphalt Overlays/Langholz 2 - 5 May 1, 2014 Project Number: 14-3001 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW I 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment I Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 2014 Asphalt Overlays/Langholz 4 - 1 May 1, 2014 Project Number: 14-3001 4-04 BALLAST AND CRUSHED SURFACING t 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING; I 4-04.3(7) Miscellaneous Requirements i The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. I 2014 Asphalt Overlays/Langholz 4 - 2 May 1, 2014 Project Number: 14-3001 DIVISION 5 ® SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction g y , permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. i Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04,3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, HMA Class 1/2, PG 64-22 and HMA 3/4, PG 64-22 in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti- stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and �i 2014 Asphalt Overlays/Langholz 5 - 1 May 1, 2014 Project Number: 14-3001 i i has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing HMA Class 1/2, PG 64-22 shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of HMA 'I Class 1/2" PG 64-22 asphalt concrete shall be 1 1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. .i SECTION 5-04.3(10) IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(30) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. `I SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING. 5-04.3(10)13 Control i For HMA, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 2014 Asphalt Overlays/Langholz 5 - 2 May 1, 2014 Project Number: 14-3001 I percent of the maximum density determined by WSDOT Test Method l 705). In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. i HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS; 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. 5-04.3(22) Fabric Reinforcement I I The Contractor shall construct an approved fabric reinforcement consisting of a single coat of asphalt cement and one ply of polypropylene fabric over the existing pavement before the placement of the hot mix asphalt pavement overlay between the limits designated by the Engineer, in accordance with the WSDOT Standard Specifications, the affected plans and the following Kent Special Provisions: Materials Asphalt cement AR-4000W shall meet the requirements specified in Section 9-02 of the WSDOT Standard Specifications. The fabric shall be non-woven polypropylene material such as "Petromat" having the following properties: 2014 Asphalt Overlays/Langholz 5 - 3 May 1, 2014 Project Number: 14-3001 i Weight 3.5 oz. per sq. yd. Tensile strength, either direction Min. 80 lbs. Minimum width 75 inches Construction Requirements All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained i; in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms and distributor as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed j easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. 'I Surface Preparation Preleveling, if necessary, shall be done prior to placing fabric reinforcing. The pavement surface to be fabric reinforced shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." Holes shall be repaired with asphalt emulsion patching mix or hot mix. I Application The asphalt must be sprayed uniformly over the area to be fabric covered at the rate of 0.25 to 0.30 gallons per square yard. To avoid laps and ridges at transverse junctions of separate applications of asphalt, the Contractor shall shield the preceding asphalt application in a manner satisfactory to the Engineer. Application of the asphalt should be accomplished with an asphalt distributor wherever possible. Inaccessible or small areas may be shot with a suitable hand sprayer. The asphalt shall be spread at a temperature of at least 290°F. I 2014 Asphalt Overlays/Langholz 5 - 4 May 1, 2014 Project Number: 14-3001 r The Contractor shall not begin application of the fabric reinforcement until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the fabric are either on hand or readily available. Initial alignment of the fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. All joints shall be overlapped a minimum of 6 inches and in the direction of traffic. For lapped joint, the top fabric shall be folded back to allow application of a light coat of asphalt (0.05 gallons per square yard should be adequate). The top fabric shall then be folded back onto the asphalt, broomed, and squeegeed out smoothly. Rolling and brooming of the fabric into the asphalt shall be accomplished in such a way that any air bubbles which form under the fabric will be removed. This can be accomplished best by brooming from the center of the fabric toward the outer edges. The fabric shall be neatly cut and contoured at all joints. Weather and Moisture Limitations Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 60°F. The pavement shall be surface-dry at the time of the application of the asphalt. Membrane Curing The entire surface of the fabric shall be pneumatically rolled until the fabric is well embedded into the asphalt as approved by the Engineer. Hot Mix Asphalt Overlay of Fabric A representative for the manufacturer of the fabric shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the fabric satisfactorily. ! The Contractor shall not place more fabric on the traveled roadway than can be overlaid the same day with or Hot Mix Asphalt. No fabric except that which is required for normal lapped joints shall be exposed to traffic. In the event of breakdown of the paving operation, the fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1(2)B of the WSDOT Standard Specifications. 2014 Asphalt Overlays/La ngholz 5 - 5 May 1, 2014 ! Project Number: 14-3001 5-04.3(23) Fabric Crack Stabilizer The Contractor shall install an approved fabric crack stabilizer consisting of a rubberized, asphalt backed polypropylene fabric over the existing pavement cracks before the placement of the asphalt concrete overlay. Location shall be as shown on the plans, and as designated by the Engineer. Materials The fabric shall be a non-woven polypropylene fabric such as "Petrotac" or an approved equal having the following minimum properties: Grab Tensile 200 Ibs Elongation 40 percent Strip Tensile 50 lb./in. Puncture Resistance 200lbs. Permeance 0.10 Perm (max.) Pliability (1/4 inch Mandrel 1800 blend at 25°F) No cracks in fabric or rubberized asphalt Width 24 inches Primers and adhesives shall be from those approved by the fabric i manufacturer. Installation Follow manufacturer's printed installation procedures. SECTION 5-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; j I 5-04.4 Measurement Fabric reinforcement and fabric crack stabilizer will be measured by the square yard for the surface area, which is satisfactorily covered, sealed and accepted. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING. 5-04.5 Payment i Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 3/4", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. 2014 Asphalt Overlays/Langholz 5 - 6 May 1, 2014 Project Number: 14-3001 The unit contract price per ton for "HMA for Full Width Overlay 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 the full-width overlay at the locations shown on the plans, as specified herein and as directed by the Engineer. This work shall include the cost to install an asphalt thickened edge in the areas identified on the plans. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per square yard for "Planing Bituminous Pavement" constitutes complete compensation for all materials, tools, equipment and labor necessary or incidental to plane, clean, sweep, haul, stockpile or dispose of the asphalt concrete pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. Payment shall be made upon actual square yards planed, regardless of the full planing capacity of the equipment used. Note: The asphalt pavement section on Central Ave. N. consists of an existing two (2") inch asphalt overlay over existing fabric reinforcement. The Contractor shall proceed accordingly so as not to cause damage to the planing equipment within this pavement section. "Fabric Reinforcement" "Fabric Crack Stabilizer" The unit contract price per square yard for the above items constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in cleaning the surface to be sealed, furnishing and placing the fabric and sand, sand removal, and furnishing and applying the asphalt, in accordance with the requirements of these specifications. The unit contract price per ton for "E-Z-Street Mix for Temoorary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of E-Z-Street Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY, 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction i I " 2014 Asphalt Overlays/Langholz 5 - 7 May 1, 2014 Project Number: 14-3001 i DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWER SANITARY SEWERS, WATER MAINS AND CONDUITS I 7-05 MANHOLES, INLETS. CATCH BASINS AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: i 7-05.3 Construction Requirements All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-12 and 5-14 as applicable. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: i "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(I) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. i 2014 Asphalt Overlays/Langholz 7 - 1 May 1, 2014 Project Number: 14-3001 No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. i On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. i 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: i 2014 Asphalt Overlays/Langholz 7 - 2 May 1 2014 Project Number: 14-3001 No DUMPING ! DRAINS To STRE �w The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. i SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment "Replace Existing Solid Catch Basin Frame and Grate and Adjust to Finished Grade" "Replace Existing Storm Manhole Frame and Cover and Adiust to Finished Grade" "Replace Existing Catch Basin Frame and Grate and Adjust Curb Inlet Grate to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades and disposing of the old frame materials. This work includes but shall not be limited to: excavating; backfilling; compacting; surface restoration; referencing for future locates prior to final overlay. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Thermoplastic Storm Drain Stenciling" constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves...................................9-30.3(1) Valve Boxes ........................... ......9-30.3(4) Valve Marker Posts.........................9-30.3(5) 2014 Asphalt Overlays/Langholz 7 - 3 May 1, 2014 Project Number: 14-3001 Valve Stem Extensions ...................9-30.3(6) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. SECTION 7-12.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and 1 base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section I 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade i On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section { 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. i i j All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 2014 Asphalt Overlays/Langholz 7 - 4 May 1, 2014 Project Number: 14-3001 I iI SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. l SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 7-12.5 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 price bid per each for "Replace Existing Valve Box Top Section and Lid and Adjust to Finished Grade," constitutes complete compensation for all labor, materials and equipment required to furnish and install the valve box top and lid and adjust the top to final grade after the final lift of asphalt is placed. The costs of excavating, 1 removing and disposing of the existing valve box top and lid are 1 included in the unit bid price for replacing the valve box top and lid. Reference Kent Standard Plan 3-7. I i it I I i 2014 Asphalt Overlays/Langholz 7 - 5 May 1, 2014 Project Number: 14-3001 i I DIVISION 8 ® MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING 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 Kent Special Provisions, and ordered by the Engineer as work s proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT 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) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: i � 8-01.3(1) General i Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. I� As site conditions dictate, additional BMPs may be required. The 'i contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. 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. 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. 2014 Asphalt Overlays/Langholz 8 - 1 May 1, 2014 Project Number: 14-3001 i 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 shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. 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 requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent 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. SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL 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: I 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 2014 Asphalt Overlays/Langholz 8 - 2 May 1, 2014 Project Number: 14-3001 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit - WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. 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 directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid I prices. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-01.3(9)D Inlet Protection i Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW I ' SECTION; I ' 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be 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 approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) 2014 Asphalt Overlays/Langholz 8 - 3 May 1, 2014 Project Number: 14-3001 of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will j be made. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlines in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-04 CURBS, GUTTERS, AND SPILLWAYS I SECTION 8-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new j section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04,5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Cement Concrete Extruded Curb" "Pedestrian Curb" "Cement Concrete Curb and Gutter" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. i 2014 Asphalt Overlays/Langholz 8 - 4 May 1, 2014 Project Number: 14-3001 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard I Plan 6-44. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement�ement temporary Im p y provisions for access so that no I driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. I SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: I� 8-06.5 Payment The unit contract price per square yard for "Cement Concrete Driveway, 8 Inch Depth. Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-44. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description I This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plan 6-74M. I SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: I 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the 2014 Asphalt Overlays/Langholz 8 - 8 May 1, 2014 Project Number: 14-3001 placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-74M. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 2014 Asphalt Overlays/Langholz 8 - 6 May 1, 2014 Project Number: 14-3001 8-13 MONUMENT CASES SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Monument, Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the monument, case, and cover to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 6-72. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: I 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING; 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall j be troweled smooth with a steel trowel. I After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. 2014 Asphalt Overlays/Langholz 8 - 7 May 1, 2014 Project Number: 14-3001 i Sidewalk ramps shall be of the type specified in the plans. The cast in place T detectable warning pattern shall have the truncated dome shape shown in the Standard Plans. The detectable warning surface shall be an epoxy polymer composition with an ultra violet stabilized coating employing aluminum oxide particles in the truncated domes. Upon concrete curing, the tile shall be held in place with embedded flanges. The two-foot wide detectable warning pattern area on the ramp shall be yellow, homogeneous throughout the tile, and shall match the color of"Standard Interstate Yellow" paint as specified in Formula K-2-83. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.5 Payment I ! Payment will be made in accordance with Section 1-04.1 for the i following bid items when included in the Proposal: "Cement Concrete Sidewalk" per square yard "Cement Concrete Sidewalk Ramp Type Parallel A" per each The unit bid for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk ramp forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS AND ELECTRICAL THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring i j All splices in induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless j otherwise specified by the Engineer. In no case shall epoxy splice kits ! be permitted. I i 2014 Asphalt Overlays/Langholz 8 - 8 May 1, 2014 Project Number: 14-3001 SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ., I Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTM LoopDetector Sealant 271 or approved j pp equal. Installation shall conform to the manufacturer's it recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: I Test B - A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. i Test C - A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS. 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTM AB-3008 Clamp 'i Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 8-20.5 Payment "Traffic Loop Replacement and Junction Box Adiustment at Central Ave N. and Smith St. (North of Smith St.)" "Traffic Loop Replacement and Junction Box Adjustment at Central Ave N. and Pioneer St. (North and South of Pioneer St.)" "Traffic Loop Replacement and Junction Box Adiustment at Central Ave N. and James St. (North and South of James St.)" I 2014 Asphalt Overlays/Langholz 8 - 9 May 1, 2014 Project Number: 14-3001 "Traffic Loop Replacement and Junction Box Adiustment at S. 212th St and East Valley Highway (East of East Valley Hiohwav)" "Traffic Loop Replacement and Junction Box Adjustment at S. 2121h St and SR 167 (West of SR 167)" The unit contract price per lump sum for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to install traffic loops and adjust junction boxes impacted by the construction. This work includes but shall not be limited to: loop installation, junction box adjustment to finished grade, providing new junction boxes as needed, wiring, tests, and Labor and Industries electrical inspection. All additional materials ! and labor, not shown in the plans or called for herein and which are required to complete the loop systems shall be included in the lump sum contract price. I The unit contract price per each for "Video Detection System, Complete Including Installation" constitutes complete compensation for all video detection components and installation and shall consist of but is not limited to: camera (advance) video zoom NTSC 115V AC (color), Astro- Brac camera mount 74" tube 36" bands, video processor iteris (EGEZ- 1N-PAK) 1 camera 24 VDC and video extension module vantage Edge 2 4-channel. All additional materials not shown in the plans or called for herein and which are required to complete the video detection system installation shall be included in the unit contract price. Also includes removal after new loops are installed and delivery to City Signal Shop. i 8-21 PERMANENT SIGNING SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal i Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street ! (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall ! be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21,3(5) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new Telspar posts unless otherwise ! specified on the plans, or by the Engineer. i 2014 Asphalt Overlays/Langholz 8 - 10 May 1, 2014 Project Number: 14-3001 I i I 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of parallel SOLID WHITE lines, 8-feet long, 24 inches wide, aligned parallel with the direction of traffic. Lines are located as shown in Kent Standard Plan 6-75 M. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials j Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as `Temporary Pavement Marking Paint - Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. I Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint and raised pavement markers (RPM's) for lane lines and plastic for all other markings. Paint j and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPM's shall meet the requirements for Section 8-09.2. 2014 Asphalt Overlays/Langholz a - 11 May 1, 2014 Project Number: 14-3001 I SECTION 8-22.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the j method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 2014 Asphalt Overlays/Langholz 8 - 12 May 1, 2014 Project Number: 14-3001 i 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: The unit contract price per lump sum for "Permanent Channelization" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent channelization at the locations shown on the plans and described in the specifications. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract, i l 2014 Asphalt Overlays/Langholz 8 - 13 May 1, 2014 Project Number: 14-3001 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING; 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S, No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. ! Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. f I Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. i 9-29 ILLUMINATION. SIGNAL, ELECTRICAL 'i SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING. , it 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch'"#06147 Electrical Moisture Sealant, or approved equal. I 2014 Asphalt Overlays/Langholz 9 - 1 May 1, 2014 Project Number: 14-3001 9-30 WATER DISTRIBUTION MATERIALS SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING. 9-30.3(4) Valve Boxes I Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special 'i Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. I Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. i I 2014 Asphalt Overlays/Langholz 9 - 2 May 1, 2014 Project Number: 14-3001 (CENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-7 Valve Box and Operating Nut Extender SEWER 4-3 Standard Manhole Frame and Locking Cover I STORM 5-4 18" x 24" Catch Basin Frame 5-5 18" x 24" Vaned Grate 5-6 18" x 24" 2-Way Vaned Grate 5-9 Solid Catch Basin Cover 5-10 Round Solid Catch Basin Frame and Cover 5-14 20" x 24" Catch Basin Frame I STREET j 6-33 Cement Concrete Curbs 6-35 Expansion and Contraction Joints l 6-38 Curb Ramp Locations 6-44 Industrial Cement Concrete Driveway Approach 6-72 Standard Monument, Monument Case and Cover 6-74M Typical Lane Markings 6-75M Thermoplastic Crosswalk Markings 6-76 Thermoplastic Arrows, Stop Bars & Only Legend 6-80 Symmetrical Left-Turn Pocket 6-81 Left Turn Pocket at End of Two Way Left-Turn Lane j 6-98 Induction Loop Details 6-99 Induction Loop Installation Notes 6-100 Induction Loop Placement I i 2014 Asphalt Overlays/Langholz A - 1 May 1, 2014 Project Number: 14-3001 i I OLYMPIC FOUNDRY VB 940 WITH TWO(2)INCH"DEEP SKIRT"COVER. THE COVER SHALL BE MARKED"WATER". 3 T4"\ Tn o e a d , d EXTENSION in 'e WATER AS NEEDED d e' I ) yz ed .o d a .d. 4.- -1JI I— ' 3'x3'x4"THICK CONCRETE(3,000 PSI)PAD AROUND VALVE COVER IN UNPAVED AREAS BASE SECTION:RICH 24" PLAN VALVE BOX BOTTOM, OLYMPIC NO.VBIC OR 2"SQUARE PRE-APPROVED EQUAL AND OPERATING SHALL BE COMPATIBLE NUT WITH TOP SECTION 4 ROCK GUARD, 4 1/4"DIA. 1/8"MIN.THICK 0 w VALVE BOX WITH OPERATING NUT EXTENDER 3/4"SOLID STEEL ROD. � I i NOTES: 1, EXTENSIONS SHALL BE A MINIMUM OF ONE(1)FOOT LONG. 2. EXTENSIONS SHALL BE SIZED AS OPERATING NUT EXTENDER NEEDED,AND PAINTED WITH TWO(2) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT COATS OF METAL PAINT. �SEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE iZ ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3. EARS, LUGS OR STAINLESS CAP �i� of WASO�ry THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, SCREWS ON COVER SHALL BE ALIGNED v� y� c'� CITY OF KENT WITH DIRECTION OF WATER FLOW. � , `_ Z ENGINEERING DEPARTMENT 4. FOR ADDITIONAL REQUIREMENTS AND �' r KEN'I� VALVE BOX AND USE SEE WSDOT STD.SPECIFICATIONS .o ,P 21493 a Q• ........°. OPERATING NUT EXTENDER SECTION 3.19 �O,�F FSISTF \�4 DEVG1 Dwtw SGIE NONE STANDMD Pw+ TONAL LNG CHECH De S. VALVE BOX SHALL BE CENTERED OVER cNEcxED Dare 3-7 2"SQUARE OPERATING NUT. �ppp� MNm i i DRILL&TAP: 5/8"-11 UNC • 1B (3 @ 1200 ON A 22.1/8" BOLT CIRCLE) 2"RAISED LETTERS B 0 2" RAISED LOGO/LETTERS 00 °F k ® � Fy i V m FOR 5/8"41 UNC- 10 S.S. 294 0 1/2"HEX.HE.CAP SCREWS 1/2" o 0 (3 REQUIRED) ° E W g 1"PICKHOLE(3 @ 120") 2"RAISED LETTERS"DRAIN"FOR STORM SEWER B A "SEWER"FOR SANITARY SEWER V HANDLING HOLE(3 � 26-1/2" PLCS) 25" 1 251/4" f I 1-1/2" 2-3/16" 23-3/8° 1„ 1-3/16" 27-5/16" 3/g. 34-1 8" NOTES: SECTION A-A SECTION B-B 1. MATERIAL USED SHALL BE CAST GRAY IRON OR DI ASTM A536 CLB0-55-0 FOR RINGS AND DI FOR COVER. j 2. SEAT OF COVER&FRAME MACHINED WITH A NON-ROCKING FIT FOR MANHOLE COVERS. 3. MANHOLE COVERS SHALL BE WATERTIGHT AT THE EDGES. 4. ROUND ALL SHARP CORNERS WHERE POSSIBLE, S. CASTING TO BE SHOT BLASTED AND FREE FROM SURFACE SAND AND SCALE. 6. CASTING TO BE SMOOTH,TRUE TO PATTERN,FREE FROM BLOWHOLES,' POROSITY,HARD SPOTS,SHRINK HOLES,WARP,OR ANY OTHER DEFECTS WHICH COULD IMPAIR SERVICEABILITY. 7. ALL INSTALLATIONS SHALL BE WATERTIGHT. NOTE: THIS PLAN 15 NOT A LEGAL ENGINEERING DOCUMENT - BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY B. COVERS LOCATED IN SIDEWALK SHALL THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON UTILIZE AN ALTERNATE NON-SKID S OSE FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON PATTERN SEE WSDOT STD. PLAN �. pF WgSH L REQUEST. B-30,70-00. Q �P Z CITY OF NOINEERINNO DEPARTMENT 9.OLYMP[C FOUNDRY PART N0. � w I1-2945SET AND EAST 30RDAN • STANDARD MANHOLE PRODUCT NO.'S 00370760 AND t:' � \./ KENT 00371512 ARE THE PRE-APPROVED .o R Ea�21493 p e- w"..,.".". FRAME AND LOCKING COVER - PRODUCTS.ALLOTHERSREQUIRE �0,�. FOIST F�" WRITTEN APPROVAL OF THE ENGINEER F G3 DRAWN- ouw SCALE NONE srANDARDPIAH oruwN ee PRIOR TO INSTALLATION. �NAL EN CHECKED - DATE 4-3 APPROVED wcNm� 5/8"-11 UNC-2B HOLE (2 PLCS.TYP.) 4 J IV 3/8 n f+l TYP. 3/4" i TOP VIEW i18" 7/8"TYP. 1 5/8"TYP. MIN. II, 1" 4 1/2" P77/il I I V/77.1� — I 3/4„ i 1 5/8" 1716 3/4" �{ . 25" SECTION A-A NOTES; 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY.(PER ASTM A43 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OCSEpt,. AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S i7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF W`Sjj .4, THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. 61 04Q0 CITY OF ENGINEERING DEPARTMENT N KENT 18"x 24" 21493 �Q ��. W. ..... . CATCH BASIN FRAME O,n SISTER T ON AL F� DESIGNED II& SCALEUHF_ STANDARD PWI oRAWN ED CHECKED DAZE C� APPROVED- J Y _ r13/8" 77 5" T T T ' l 3" 17 3/4" I - T TOP VIEW END VIEW i 23 3/4" a 1 3/8" 11/4" `' Ir m 1/8"R. 1 5/6" INSET HEX HExSOCKET i --^j r--- 15/16" FT 3 1/2"R. 2 3/4" --�I � L2 3/4"/ 5/16"R.�� PARTING LINE FRONT VIEW VANE DETAIL N NOTES: 11/4" 3/4„ 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 5/8"-11 UNC-2A 2. PROVIDE2 STAINLESS STEEL DIAMETER STAINLESS STEEL ALLEN TYPE SECURING BOLT BOLTS COUNTER R SUNK FLUSH WITH COVER, 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", . "OUTLET TO STREAM". II 4, ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED --"-i 1/2" UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. 5. DUCTILE]RON ASTM A-536 GRADE 80-55-06 H-20 RATED. SLOT DETAIL 6. GRATE SHALL BE LOCKING. SLOT FORMED AND RECESSED FOR 5/8"-11 NC x 2" S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �SE�t� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S <I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Qp WASIIJ `co. THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST.` O IC co p CITY F EN'I rq y r� ENGINEERINGDEPARTMENT r v KENT 18" x 24" 10 0'n_C pyF 21493 • •.••I"• VANED GRATE ST ORAL �\G\\ DESIGN DESIGNED D SCALE NONE STANDARD PLAN CHECKED DATE 5-5 APPROVED " � A DIIUP NB PBLLU M OBRFT m MA ' 1 1/4" B B � 3/4" I_l I�--1/2„ SLOT DETAIL SLOT FORMED AND RECESSED FOR 5/8"-11 NC x S,S,SOCKET HEAD(ALLELEN HEAD)CAP SCREW, A I 1 5/8" 17 3/4" �1 5/8" TT HEX SOCKET SECTION A-A 2 1/4" —" 23 3/4" NII 3 1/2"R. SECTION 8-B 5116"R, 5/8"-11 UNC-2A ? NOTES; STAINLESS STEEL 1. PROVIDE FRAME SHOWN STANDARD PLAN 5-4. SECURING BOLT I 2. FOR THRU CURB INLETS AT LOW POINTS,USE 2-WAY VANED GRATE. 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTLET TO STREAM". NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pSEPp, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 4. ALL LETTERING SHOWN SHALL BE 1/2" 5 �I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT AND SHALL BE RECESSED. ,-y`� pF WASq �� THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. S. DUCTILE IRON ASTM A-536 GRADE O �Q� K co O CITY OF KENT 80-55-06 H-20 RATED. m Z �� ENGINEERING DEPARTMENT 6, GRATE SHALL BE LOCKING, N /KENT 1 8"x 24" -o R 21483 a ...„...I.. 2—WAY VANED GRATE DIAMETER STAINLESS 7. PROVIDE 2-5 8" � FGIs7v- �� / � DESIGNED OWH STANDARD PI STEEL ALLEN TYPE BOLTS COUNTER F`�IONAL ENG\ DRAWN RB SCN.E NDNE NT SUNK FLUSH WITH COVER. CHECKED DATE 5-6 . -_.... APPROVED Dlawm 23 3/4" C B I i I 8 LEVELING PADS I 3/4"x 1 3/4"X 1/8" IH LIFT 1/2"DIA. THICK I I HOLE I 2 i I I \ 1- - - - - -_ ®_ A - M A \ / — -1 (- - - - - - -- A� I3/4"0 HOLE i II I I N �a II I I I B SECTION B-B 11/16" 21/8" -+ 1/2"INSET 2 1/8" PROVIDE 5/5"DIA. BOLTS&TAP HEX SOCKET FRAME FOR LOCK DOWN LID. -� r-- 15116" PLAN — - F4:3�/4- �� 5/8" 5/8"-11 UNC-2A STAINLESS STEEL SECTION A-A SECURING BOLT NOTES; 11/16" - - 1. WHEN SPECIFIED ON THE APPROVED PLANS,THE SOLID METAL COVER FOR 1/4" 1-3/I6" DIA.SLOT CATCH BASIN SHALL BE FURNISHED IN PLACE OF THE GRATE PROVIDED 'j FOR ON STANDARD PLAN 5.5. a 2. RAISED DESIGNS OTHER THAN THE DIAMOND DESIGN SHOWN HEREON I �' MAY BE USED IF APPROVED BY THE ENGINEER. i 3. CAST IN THE LETTERS"DRAIN"IN 2"RAISED LETTERS, 118"HIGH. 4, TO BE USED WITH FRAME SHOWN IN STANDARD PLAN 5-4. 3/4" ffj . 1 1/8" H SECTION C-C 5. PROVIDE 2-5/8"DIAMETER STAINLESS STEEL ALLEN TYPE BOLTS COUNTER NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT- SUNK FLUSH WITH COVER.(SEE pSEPtt,�. AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE. STANDARD PLAN 5-4 FOR BOLT-DOWN S i7 p ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CATCH BASIN FRAME), �g WASry,ry j THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 6. FRAME,CAST IRON ASTM A48 CL30, �Oy A ` co 0 CITY OF KENT j COVER, DUCTILE IRON ASTM A 536 GR N Z ENGINEERING DEPARTMENT 8055.06 H-20 RATED. y • SOLID CATCH BASIN A A 21493 O - w;„;,NT COVER�O,rF F�I$TERE DESIGNED, CWH ISCALE NME SfMOARU PUN C G AL omwN TON EN CHECKED DAre 5-9 APPRDVED 1 , DRILL&TAP; 5/8"-11 UNC -1B (3 @ 120E ON Pl"HANDLING 22-1/8" BOLT CIRCLE) 2"RAISED LETTERS B E RAISED LOGO/LETTERS p 0 IF 1/8"ROUNDED RAISED TROUT FOR 5/8"-11 UNC- 16 S.1/2" 1/2"HEX.HE.CAP SCREWS (3 REQUIRED) A1"PICKHOLE(3 @ 120') 2"RAISED LETERS"DRAIN" B FOR STORM DRAIN HOLE(3 ! 26-1/2" PLCS) 25" 2.3/161. rj 23-3/8" 1„ 1 3/16 27-5 16" -+- 3/8" j 34-1/8" I SECTION A-A SECTION B-B i NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OS Pt, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S 7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0f WASy '� THE CITY OF KENTl A COPY MAY BE OBTAINED UPON REQUEST, O �P� `o p CITY OF KENT fiNO1NEERINONO DEPARTMENT t O T ROUND SOLID CATCH BASIN o p 21493 o e W„„,„,,,„ FRAME AND COVER DESIGNED DWN q� NONE STANDAAD PUN F ONAL EN \ PRAWN BD CHECKED DATE N C—+ O xcw m I APPROVED SehLPInbe.f-009 1 I 5/B"-11 UNC-2B HOLE (2 PLCS.TYP,) A A i i 'v iv :r I ry N 3/B"' N ' TYP. I 1 3/4�� �� TOP VIEW i 20 1/4" � 7/8"TYP. 1 5/8"TYP.MIN. I1 3/4" 1 5/B" 20,E 25 1/4' SECTION A-A NOTES: 1. MATERIAL USED FOR THE PRAME SHALL BE CAST IRON ONLY.(PER ASTM A48 CL30 H-20 LOADING), 2. TOP OF FRAME SHALL BE ADIUSTED EVEN WITH ROADWAY SECTION. 3. FOR USE WITH RECTANGULAR BEEHIVE GRATE. i NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1pSEpN AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT of WAS8 •�� THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT y � 2 � � ENGINEERING DEPARTMENT H H v K�NT 20"x 24" o q 21493 a �... . . . CATCH BASIN FRAME DESICNEO lI_�N'II � ONAL ENG�� DRAWN BB SCALE NONE STpNOMD PUN CHECKED DATE G_i A MPROVED ✓ I Y f 12" 61. 51/2" y„ 10,E _r=� z 1/2„ 51' z 1/2-1 1"R • 1/2'R � w z ' e° 5 r a 12"R° ... ' .. . ..a a , ead. .y i d COMBINED CURB AND GUTTER CONCRETE EXTRUDED CURB EXPANSION JOINT 1 1 10" 2" 3 1/2° 1%MIN. ✓ �--�I 2_ MAX.M _ NOTES; P 1%MIN,- "° 1. CONCRETE CLASS 3000 75 REQUIRED. i 2%MAX, —� ✓�: ' j = 2• ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. iO .° .. 5"SIDEWALK 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION, THE GUTTER PAN WILL MATCH THE ADJACENT A. ' 12" '•I PAVEMENT SLOPE. 2 0 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%• ROLLED CURB COMBINED CEMENT CONCRETE CURB AND GUTTER NOTE: -- - - - - T FACE OF CURB SHALL NOT EXTEND gjOFR BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE B" S;'9„ VARIES FjF DE CEMENT CONCRETE C NC liyco PAVEMENT ROLLED CURB R01- Rg II EXTRUDED CONCRETE TRANSITION CURB UNDER GUARDRAIL S pSEP NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 0f WAS111 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE tiw c ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O Z 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT r� ENGINEERING DEPARTMENT A�pF, �eGER�O `�� vKENT CEMENT CONCRETE ONAL EN ....,..... CURBS DRAM OWH BRAWN aH SGyE NONE `+TPNDA90 PLAN CHECKED w,re — 6-33 APPAOYED a September 2009 i 15'MAX. 5' S' S' BROOMED FINISH i EXPANSION JOINT SRO EXPANSI Fjyq <,L P (A`SRFRArFR (TYP.)SEE DJETAIL"A" SOE DETAIL 8°JOINT(TYP.) EXPANJOINT SIGN �J CURB& GUTTER 15' `l wi �2"I 3/8"x FULL DEPTH 2"• CONTRACTIRJOINT,S'O.C, EXPANSION JOINT, (SEE NOTE 2 ) j IT O.C.(MATERIAL SEE NOTE Ol ) DETAIL"A" DETAIL"B" EXPANSION JOINT CONCRRACTION JOINT 4"CONCRETE PER WSDOT 2 (MAX.) STD,SPECIFICATION 8-14 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE 1 ) VEWAY SIDEWALK 2"CRUSHED SURFACING TOP COURSE 3/8"x FULL DEPTH EXPANSION MATERIAL(SEE NOTE Ol ) 4' CURB,GUTTER&SIDEWALK CROSS SECTION 2" 4" MIN. 6"CEMENT CONCRETE DRIVEWAY APRON AND NOTES: GUTTER FOR RESIDENTIAL DRIVEWAYS, 1. EXPANSION]DINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT 15' 8"REINFORCED CEMENT CONCRETE APRON AND O.C.SPACING.ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH GUTTER FOR COMMERCIAL DRIVEWAYS. WSDOT STD.SPECIFICATION SECTION 9-04.1 (4) AN ALTERNATE OF PLASTIC BOND BREAKER MATERIAL WILL BE ALLOWED. DRIVEWAY CROSS SECTION 2. CONTRACTION JOINT SHALL BE 1/4" WIDE BY 2"DEEP AT 5'SPACING. 3. EXPANSION JOINTS SHALL BE INSTALLED ��"EPL� IN CURB&GUTTER AND SIDEWALK AT it NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT P.C.&P.T.AT ALL CURB RETURNS AND .'�i� OF WAS&�� `�j AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ALL ANGLE POINTS. 14' C� '(•� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O y`� { ' z THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. 4. FORM&SUB-GRADE INSPECTION y CITY OF KENT REQUIRED BEFORE POURING CONCRETE, ENGINEERING DEPARTMENT - 5. EXPANSION JOINTS IN SIDEWALKS AND q�O� RF 2TE��o � EXPANSION AND KHNT CURBS SHALL BE ALIGNED WITH EACH F' G\� KE CONTRACTION JOINTS OTHER AND NOT OFFSET. TONAL EN 61GNED DWN SGll� NONE SrPNDIAD P1PN 6. DESIGN SIDEWALK CROSS GRADE SHALL RMWN ea BE 1,5%. CHECKED DAW 6-35 or++em MPflDVED September 2009 i1 it Tn Tn j RAMPS e � w ' e CROSSWALKS VARIES ACCEPTABLE RAMP LOCATIONS FOR RETROFIT OR ALTERATION i NON ARTERIAL RAMP LOCATIONS ARTERIAL RAMP LOCATIONS III FOR NEW CONSTRUCTION OR STANDARD RECONSTRUCTION I, VARIES NOTES: 1.CATCH BASIN AND INLETS SHALL BE OUTSIDE THE CURB RAM (32 IN.MIN.CLEARANCE FROM RAMP). 2,CARE SHALL BE TAKEN TO KEEP THE RAMP FROM CONFLICTING WITH HYDRANTS, POLES, INLETS,AND OTHER UTILITIES. 3.CONSTRUCT RAMP IN ACCORDANCE WITH WSDOT 40,10.01 THRU 42.ID-00. 4.CROSSWALKS ARE NOT ALWAYS MARKED. S.WHEN RAMPS ARE CONSTRUCTED ON THE SIDE OF STREET, RAMPS'SHALL BE ALIGNED WITH COMPANION CROSSINGS ON L OPPOSITE SIDE OF STREET, S QSEp+7 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WAsp ��p AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O yP 1e+ z 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT � ENGINEERING DEPARTMENT 10 PF 21493 or SISTER F V KgNT CURB RAMP LOCATIONS ��ONAL EN�'�� W......... OESIGNEO DWN SCAIF BB NE NO STANDARD PUN DRAWN CHECKED DATE - 6-38 MpN FA APPROVED i � s<ppF i I FpjT��ygpP 0 K�pl A 4 s oN �y yWTorh ryAF`Fp0 q� i [fyJl SNp F H tyf)4 oF,LgylN FoRB Thl err ygTgTq<. SF°f TpgNSTO �o kP N Fylels Ckp CySI p°M F,yoT(lyA N NT(2yT°ry opF oYF gj`Fh�Ayyy FtygYk�pq�UP F�(rypJ PJD igFe�q <F,y�ti AA H�TPFH 1/2"TYP, R 2-#4 BARS SEE STANDARD .ppFS Z, ops IF�TS 4"CLEAR(TYP.) 8„ PLAN 6-48 FOR %04',�O T I 2`MIN�. DRIVEWAY SLOPES S F�yrr�FSJ�sp�GsrRFs Cy T�q�poM0F14)T,r q'C THP 6 1 6 1"CLEAR(TYP.) ~ CRUSHED SURFACING TOP EXPANSION JOINT WITH COURSE(4"MIN. DEPTH) EXPANSION MATERIAL #4 BARS AT 12"EACH WAY I SECTION A-A I NOTES: O EXPANSION JOINTS SHALL BE PLACED 5. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. AT 15'MAXIMUM SPACING. ELASTOMETRIC JOINT MATERIAL SHALL ©DRIVEWAYS SHALL BE PAVED FROM THE BACK OF THE BE IN CONFORMANCE TO SECTION SIDEWALK TO THE GARAGE OR 40'BEHIND THE 9-04.1 (4)OF THE WSDOT STANDARD RIGHT-OF-WAY LINE,WHICHEVER IS LESS. SPECIFICATIONS. 2. SEE STANDARD PLAN 6-48 DRIVEWAY S OSEp.F.j' NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SLOPES, �� of Y1ASy��v AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3, THE DRIVEWAY APPROACH WIDTH, O tic IN oZ O THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. AND THE DRIVEWAY WIDTH ARE tw VEHICULAR BY MANEUVERING APPROVED �-1 CITY NG KENT VEHICULAR MANEUVERING DIAGRAMS. [—A �y ENGINEERING DEPARTMENT SEE SECTION 6.6.Q, 10 2149 ` � �? pFarsTBRt9 �`� V INDUSTRIAL CEMENT CONCRETE ALL DRIVEWAYS ARE TO BE ^<" GISTKENT DRIVEWAY APPROACH j SYMMETRICAL. ONALDEsmrveD DWH DaawN se scA NONE 5lANOPAD PLAN CHECKED DATE C_, A A APPNOVEO V Y4 tieplem6e!2009 i 2"BRASS DISC :m . F 4" o lI I' I 6" ' i Ili � I PLAN OF COVER FINISHED GRADE (PAVEMENT) 10 1/2"DIA. (BOTH SIDES) e m I�— 9 1/4"DIA.COVER 1 --►-� N•— 3/8" 1 1/2" I�� Eo m I _ H ti ry �`- 51/4 �om 1/2" MONUMENT DETAIL 3/411 •.A •. . b. e.i �V MIN.OR 6"MAX. • Y° I � , ' CONCRETE CLASS 3000 BASE � I 10°R. 6" � I NOTES: MONUMENT 1. MONUMENT, MONUMENT CASE AND SECTION COVER-OLYMPIC FOUNDRY WSDOT 8"x 9",PART NO. 1015 OR PRE-APPORVED EQUAL. 2. MONUMENTPOST-FOG-TITEMONUMENT POST,OR PRE-APPROVED EQUAL. 'y,' S OSEP.� NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 3. THE CASTINGS SHALL BE GRAY-IRON �� ,,f WASy,N AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE (�, h� u, W ENGINEER AND APPROVED FOR PUBLICATION IS HEPT ON FILE AT CASTINGS,ASTM DESIGNATION A-48, >`P z O THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CLASS 40.THE COVER AND SEAT SHALL �+ BE MACHINED SO T E' HAVE PERFECT �—+ - CITY OF KENT CONTACT AROUND THE'ENTIRE [� LrJ ENOIHEEflINGI DEPARTMENT CIRCUMFERENCE AND FULL WIDTH OF 10 21493 BEARING SURFACE. �0,�. �FGJSTEP�O F� V KENT STANDARD MONUMENT, FINAL EN MONUMENT CASE AND COVER 4. WHEN THE MONUMENT,MONUMENT CASE DESIGNED DW AND COVER ARE PLACED IN CEMENT DRAWN eD sca-E NONE �ANDARu PLAN CONCRETE PAVEMENT THE CONCRETE CHECKED DATE — 6-72 BASE WILL NOT BE NECESSARY. APPROVED maxml i 30 '.. TRAFFIC DIRECTION '.. 4"GAP VARIES (300'MAX.) 2.5' S 1 TWO WAY LEFT TURN LANE ❑ o ❑ o ❑ o ❑ a ' TRAFFIC DIRECTION TWO WAY LEFT TURN LINES I TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 8"WHITE LINE TYPE 2W RPM a TYPE 2YY RPM ❑ 4"GAP 4"GAP p_ 20' p 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE I TRAFFIC DIRECTION 11' 30' TRAFFIC DIRECTION 1 ❑ o 11' I� {� TYPE 2Y RPM 30' �❑ "� L� 4"YELLOW LINE TYPE 2W RPM TRAFFIC DIRECTION 4"WHITE LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE � 81 � ❑ ❑ RPM 4"GAP 8"WHITE LINE DOTTED WIDE LINE 4"WHITE OR YELLOW LINE EDGE LINE TRAFFIC DIRECTION 21'(TYP) 18"YELLOW BARRIER LINE 3, 91 18"-TYPE 2Y RPM'S EQUALLY SPACED 1„ SO$EPk TRAFFIC DIRECTION 0 WAS BARRIER LINE Cho O CITY OF KEE T 8"WHITE LINE � � '� '�f ENDINEERIND DEPARTMENN T H 3 � �i TYPE 2W RPM �' V K$T[']- TYPICAL LANE MARKINGS DROP LANE LINE �� 21493 O �4 w••w'"�•>• o.AISTE¢E `{' DEsicNED Fs �SSIONAL T''�G,� DMWN_ SPS SCALE NONE STANDARD PIFN CHECKED ^ DATE 02-2003 6�74M APPROVED I I 0 2411W ITE THERM OPASTII C CROSSWALK BAR EQUALLY SPACED 24" I I wl I I I III z ! S w J W o I 1 I B' 0 4'(TYP) r I I 4-4 I I I'STOP BAR TIRE TRACKS(TYP,) *TYPICAL 4 LANE ROADWAY CONFIGURATION i *NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. GLASS BEADS(PER WSDOT STANDARD SPECS. SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS, i I NOTE:THIS PLAN IS NOT A LEGAL.ENGINEERING DOCUMENT BUT L ()SEP AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S x,A I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. coo p CITY OF KENT ENGINEERING DEPARTMENT y by V KET(T THERMOPLASTIC CROSSWALK 116 2149.3.N 9 �4' W......I.. MARKINGS �1L. "E+ISTF��'�' �� DESCNED Dw*+ DRAWN BB SCALE NONE STANDARD PWJ SIGNAL E� CHECKED_ DATE — V C_75 CHGelEEA JIVI APPROVED i � I ' II li I i I? ONLY w 3'-7" I it S'-91j i 1t_Bll T-O" 0 i 0 N 0'-6" o 0 iV N N N 0'-6" 0'-6" �, 0.'wl NOTES: •I 1. THERMOPLASTIC MATERIAL SHALL BE USED,UNLESS DIRECTED BY THE ENGINEER. 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. S()'SEp+7 NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WAS AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE LENGTH VARIABLE .-�'., cC,� `�04. Hilt W ENGINEER AND APPROVED FOR PUBLICATION 1S KEPT ON FILE AT O yP % 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY KENT ENGINEERING DEPARTMENT 214113 �Fc STER�� F� `f~� THERMOPLASTIC ARROWS, FF ONAL ti� KENT STOP BARS & ONLY LEGEND STOP OAR DETAIL DMIGNED DW1 DRAWN BB SCALE NONE STANDARD PLAN CHECKED DATE C-7C w eam V VV APPROVED I " N� 0 �N M a 0 I o� w X g X A J LLLL1l ".J' I� i Q Z M K O n' Z O -IN w n. �� �aua w LL oo N In H O � Ga W O' Or O a F- W J Z N H of aJ no m .9 tj zN� Hz 11� � !9 �S oza z D o w w w O W LL OC Q LL am a O i Fi Is I a o. I '0-; o = w o X w � F LCC� m ¢w w 2 21 aC or w z d b zz n rt W z � w a I�� z ryO o in o O 0 N W O F- F' W J o O N I Z U Q z� O m IZ± � d o I I Z F O O O O N o N N N .J O S K ii S Q II II II II 11 II II II a m N Z NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WASy�N �,q AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE 0 W ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT p kv z '0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT Rl OP RF�I493 �4� ` � SYMMETRICAL LEFT N oFFONAI v W^.X NNT TURN POCKET m w a LL p 3 DESIGNED Dtl SCAE NONE AMDMO PLM ON u: CHEcK Fl1 BB - o DAIE a NDA 6-80 MPBOVED i I I o II w z I O o w w z � o g w w � z w S s I b I � ONLY G .-I f NOTE: o SEE STANDARD PLAN 6-73 FOR LANE MARKING DETAIL, ' J W i Y Z m F i 0 O W �U i � I o i i o i I SpSEP� w of WAs/y��c ,q w � a A k 21493 FGISTER� F�0 AL E�G� NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �I AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. �i CITY OF KENT ENOINEERINO DEPARTMENT /'�•� LEFT TURN TWO WAYAT END T OFLEFT TURN LANE DESIGNED DIM SGIE NONE STANDARD PUN DRAWN a CHECKED DATE - 6-81 uwx¢n APPROVED September 2009 I !; I' STOP BAR WEARING COURSE(TYPICAL FOR SECTIONS A, B&C) CENTER OF LANE I �7 A a LOOP SERIES ' A #12 TWISTED PAIR M NUMBER A 3TWISTS/FOOT n 9 B TO CON ROLLER TO ADDITIONAL LOOPS B 2C(S) 0.25"MINIMUM WIDTH SAWCUT WHERE APPLICABLE � SECTION A•A w o A S *AF *AS 1" A N LOOP SPLICE x r LOOP SERIES I (TYPICAL) .g; NUMBER B 0 o yI: o *BF - •i,7 S l: F B LD TO ADDITIONAL I B C 0 *Bs LOOPS WHERE APPLICABLE C 0.50"MINIMUM WIDTH SAWCUT JUNCTION BOX SECTION B-B S=START F=FINISH *=LOOP NUMBER CONDUIT STUBOUT,SEE STANDARD PLAN ST-93 ". i STOP BAR LOOP WINDING DETAIL 0.50"MINIMUM WIDTH SAWCUT SECTION C-C TO ADDITIONAL LOOPS JUNCTION BOX (ASSUMING TWO LANES OF LOOPS) WHERE APPLICACLE *F CENTER OF LANE SCOTCH 11147 ELECTRICAL B C *S MOISTURE SEALANT TAPE B I/ S 2C(S) A � A S=START SIDE VIEW END VIEW #12 TWISTED PAIR F=FINISH 3TWI575/FOOT *=LOOP NUMBER NOTEICUT SOLDERLESS,CRIMPED, DRAIN WIRE NON-INSULATED BUTT SPLICE TO CONTROLLER SINGLE LOOP WINDING DETAIL t LOOP SPLICE DETAIL SQSEp�l_ NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT 0p WAS8, '� AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE NOTES: 44, ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O tiP 4N i � THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. 1. SEE KENT STANDARD PLAN 6-99 FOR �-+ m CONDUIT N LOOP I DETAIL AND ,� y CITYGINS NG KENT INDUCTION LOOP INSTALLATION [� � CzJ ENDINEERIHD DEPARTMENT NOTES. ,0 21493 �p RFCIs7eR�° INDUCTION LOOP 2. SEE KENT STANDARD PLAN 6.100 FOR '�F' G�C� KENT DETAILS INDUCTION LOOP PLACEMENT DETAIL. ONAL EN DESIGNED DWH SCAlE NONE STANDARD PLAN DRAWN- DD j CHECKED DALE - C�110 1 APPROVED wpxml U JO I I . 6, i CEMENT CONCRETE CURB AND GUTTER TO JUNCTION BOX ^�' STUBOUT SHALL EXTEND ' -. A MINIMUM OF 3/4"INTO j PAVEMENT, PAVEMENT DEPTH VARIES SCHEDULE 80 PVC SECURED !, IN ROAD SURFACE(TYP.) i I CONDUIT STUBOUT DETAIL !I I INDUCTION LOOP INSTALLATION NOTES: - 1, CONDUIT USED FOR STUB-OUTS SHALL BE SCHEDULE 80 PVC CONDUIT, MINIMUM SIZE 2 j INCHES. 2, ALL LOOPS SHALL BE WOUND WITH THREE TURNS OF NO.12 AWG STRANDED COPPER WIRE, CLASS B,WITH CHEMICALLY CROSS LINKED POLYETHYLENE TYPE USE INSULATION OF CODE THICKNESS, 3, BACKER ROD WILL NOT BE USED WITH CITY OF KENT LOOP INSTALLATIONS, 4, LEAD-IN WIRES: FOUR PAIR MAXIMUM PER SAWCUT, S. EXTEND SAWCUT SUFFICIENT LENGTH TO PROVIDE FULL SAWCUT DEPTH AROUND CORNERS, 6, LOOPS SHALL BE INSTALLED PRIOR TO FINAL LIFT IF NEW PAVEMENT IS INSTALLED. I 7. ALL LOOPS SHALL HAVE IDENTIFYING LABELS ON THEIR LEADS SHOWING LOOP NUMBER AND S(START)OR F(FINISH). 8. SEE STANDARD PLAN 6-98 FOR INDUCTION LOOP DETAILS AND STANDARD PLAN 6-100 FOR INDUCTION LOOP PLACEMENT. I 9, WHEN SAWING LEAD-IN SLOT IN THE ROADWAY,CONTINUE THE SAW CUT APPROXIMATELY ONE INCH BEYOND THE SEAM WITH THE CONCRETE GUTTER A DEPTH OF APPROXIMATELY j ONE INCH TO PERMANENTLY MARK THE LOCATION OF THE STUBOUT,IF NO GUTTER IS PRESENT,CONTACTTHE ENGINEER FOR AN ALTERNATIVE METHOD OF MARKING THE ! STUBOUT LOCATION. ,I 10. ALL LOOPS AND HOME-RUN WIRING SHALL BE PLACED A MINIMUM OF 2 FEET AWAY FROM ANY AND ALL METAL CASTINGS OR VALVE BOXES EXCEPT TERMINATING HANDHOLES OR JUNCTION BOXES. i ! 5 o"5F'p+7 J NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT %ASly 4,A AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE c.A (.d ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O yP p I 0 O THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT ENGINEERI DEPARTMENT �Pc S9ERE° ��� �� KENT INDUCTION LOOP FONAL INSTALLATION NOTES DESIGNED DWH SCALE NONE STMDMD PIAN DRAWN RD CHECKED DATE 6-99 fllEWun APPROVED 'I SoptembN?009 I LOOP PLACEMENT POSTED STOP BAR LEFT TURN LANE THROUGH LANE THROUGH LANE POST SPEED ED LOOP ADVANCE LOOP MID LOOP ADVANCE LOOP (SINGLE) (SINGLE) (SINGLE) 25 MPH 4 FT. 104 FT. (NONE) 144 FT. i 30-MPH 4 FT. 104 FT. (NONE) 164 FT. 35 MPH 4 FT. 104 FT. 209 FT. 274 FT. III 40 MPH 4 FT. 104 FT. 239 FT. 309 PT. 45 MPH 4 FT, 104 FT. 274 FT. 354 FT. 50 MPH 4 FT. 104 FT. 304 FT. 394 FT. I SD6 SD5 NOTES; 223 213 NI N2 0 0 0 0 1• THE DISTANCES SHOWN IN THIS TABLE ARE MEASURED FROM THE NEAR EDGE OF THE STOP 222 212 BAR TO THE CENTER OF THE INDUCTION LOOP. O O SPC 512 2• LOOP DISTANCES MAY BE ADIUSTED 32 FEET TO O AVOID METAL CASTINGS. B 221 211 S11 'o O 0 3. THE DISTANCE BETWEEN"A"LOOPS AND"S' LOOPS SHALL BE 16 FEET CENTER-TO-CENTER. O O j W20 SR WR 00421 0422 0423 413 W10 00411 0412 OSD 712 3PC 312 0 31100 Q 4 7110 7PC SD30 8120 81100 ' LA LB QE1 82 SD4 0 8220 821 ER NR O E2 R o i B A O O A O O B 111 611 621 102 IPC 0 0 612 621 O 0 0 0 S2 51 613 623 SDI. SD2 LOOP IDENTIFICATION SCHEMATIC(TYPICAL) t� _ S()SEPii NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ,y`� of WASy�N AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O nP 2 0 THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT ENOINEERINO DEPARTMENT A 21493 i. 'p, F�ISTER� \�� v K��T INDUCTION LOOP PLACEMENT S$ONAL ENG a DESIGNED DWH SCALE NDNE S MDMD TUN DRAWN BB CHECKED DATE - oM m V MPROVED WSDOT STANDARD PLAN CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-02 Cement Concrete Curbs F-40.12-01 Parallel Curb Ramp I I I II i I 2014 Asphalt Overlays/Langholz A - 2 May 1, 2014 Project Number: 14-3001 yy N ti G O o o g LU S kegN r F @ m g 6 /ry 4 mb Y �F E� W � 4 I1► o N $te A U W Ag pa j w a0 u 7 lu NO d •9� OL.Z4 ❑ < n } J WONT S31NVA U fL a LWLW� U 7 a U py+�a �a a O sa ❑ w�b m o a &6 u w lu � a O U ZH _OF 80 �EA w .o •9 U� � A-.l W � `�� U W U OwWUM,e Do> — WO p Z Cl o g o S °' i F 1130011 NL3d AO wwo y8 m �'E q r� m �yy g $2 N ODYD 8bg1,io yJW�0' LL % �id L= ae 3U oat n� ¢�Sm � •�0 �� md6 yjD J� QY m a 4 E I �I `o IC S$ I �m� LD�" 8� 9� m ER 2 a aHa a`m 8 09 RN@ ga o� ?9 �s I?qc 55 (4m is`°n 8° mm m5 OU g� EU F.a E °;` 4 w'S m uQ au Ue a•@'"E dg t3 EinmN 3 m� Qa eme FN 3 s8 �R cU m� mm m mg5 B�i q aU� �a a c NJ. v m m °1N �� �88`a U'N Fil Bm � Q rO7. r- 14 Ci Y vl b ri m• 6 m U aU m zdm Sz t3 � U 1 1 � b W0 °WO I .Y I'LI Ua O m 3 � m3m 'ERq Wz p m ¢W V U °Uy yF N O ^� w LLLL N 6 (dkL)zq m & 9 � W 5 o m tt Id 13 13 G a xoz m 0 w gg TT g5 m mtti C a n O{dAU 05 �i GG3`f �a Vo C5 Oi zu� $b O p N rl U 1130011 N93J U9 NNWO i LOCATION MAPS, PLANS AN CROSS SECTIONS I i i I 2014 Asphalt Overlays/Langholz A - 3 May 1, 2014 Project Number: 14-3001 I I 7 I / ILL A rV N N 98.anb 5ZL I '-'ram •� _ U1 J l v{ �S a,� Ir LU {F� pN>fom96ujadS , �' i aAV uq N ca.V. L�y rn n a., ? 13 Ral1lo d N i t y _ iv S aA 9LI 'w _ CU IIEa do. I ITFJIM � l 'l�Ad 8I9 T�'' —1 �7_L_LJ� i. j'�-'--� i L rAMH OFAM I LLc ITOT `J �L m 1p 'r.0 g"enF/ L Lq few SBA -.6L -- � I S=eTV07L 1 .mil_ �Q /(N I _N fr- rr �rr1 Mile 1{T �1 'Il. iJ an�D 711yft_. - ' - rr y�'t-.r i j v 2 - {t H Ij n - s-Iveo 1 s ��-}Lr'11 LL�7 Ji air I ad � N i San 9Z1 _ rnH rfol e M � 'AM14 allan M' F�-{- 7'\ — 4 N� —t._ 1 G S TA �Nf /ie; N T cj ,� ram/. — - � "� gg oLO'I 4. 0/1 - � w fn Sanb=9L S antl � l Ill r z 1. v � �) g� "v Y fJ a W 1- Sj // m £o a i �l �CT or I T A8a -9LL .dam 9S an BI, SJ V8D23 I ' Uiel � l F - v V Till. ]-k' � / , x � � ti Pa�oo,gsrds _ I I rA tu ._L / qh 9 — P8 allaA - I� �� %�(1 O N IIAM � N Sant/69 [ }� � '�\ 1- `tea✓/ sR 5 w ��,,� _ �Yd m Llt c ,y L J—rl� E' `Y W, santi..Z. ot o � 1331 M0138 33S ZO `M yyY � I p SxA( T S � mt�f' 'varcLYi �� l a aaa IS S30W �81 WZ ^1 W Z ,�+ a 'i cs ,.�MfZ� QILI r 'g,: �r sh !1 Ica R, I 5MENY a $y c y < x q i{ '�� r e x, t 4ream �W l' x DWG,t a 's.. �a '�, a�:� '� " r kvta3Ao a �tkVHtl5V' r sa��.v1�X'ry s'" .� v v s 1S 3%030 3 ti' sty Y�+ F V � EGA r 1H01N 3AOGV 33S IJ31 M0138 335 FT5 j r �O dY1tla-NO L9l as w z -;iYz rc oo da ? z S1al Minn ONY a ,} ..�� SS30 3 tl 031 r1005M a z a a . r rc � 5 ca � a S x u 1 ' a a ymnt zc>: ` w IY ° � €.- �� ,..,: :a o �a d a, r. �' z m S 3Atl H118 al , e r - d' 4 1HOla 3AOSV 335 t I ry J LLA Y a f- J ~O 0 � �. pr0 h/ OZ p 0WQtO LLJ Z � I / (n y p Ff� Q LA IX 0�LLJ m OWF- J II II II m 'II. Wcncna ti < U Z 0 �1 I ✓�/ z O Z W a m 0: ZD <L\ H In �n7 w O= Ur- ' � 3 oz Q; Y w U � :D W (/1 U Z siI I z 3 W V) p U � < � ]fI O0Z a }} i !E3 a J a I W M W F z O W W W M p Z J Z -� I z aW U' U = W (L 'o Z z t I Z d _ z Q --I ..: I d O Y J CL — } N Qp I � o z Z U I I o tcro� 00 m U Wp N ¢ M W W 00 Cf) > I F w I�y� p O to O J I U W p �- `p U r M N � W Z 0 U J mod' Z , I XQ Z LL N zcD U X F- Z rya Ww W WL � 0 Q > s I XO W J JQ ,I ¢ LJ _ I Z I U I ii✓��. I 14' it II ✓ Ilr it I III I fy J N � Y Q F- J Q L Ld~ WO U mm V, Z.V) W W Z � I �S p � W pQ � �Tl F V) Q yZZ I I I W ¢ Z (n o w m O LL) -i II I I U)V) N j (i V) V) a a — rr 1 1 6 (n O F d ¢ W04 N V)m w Q (��i (n C V) tJNL�. Hu' (nU 0 La 300 W Q H f p z i �' o W ga Ld m I > Y j = o m Z J Z ¢ z a � y o W — < a (� W O Z ;I I g W r7 < LLJ LLJ a V) J OU � a J !' I _ Q co Z Z V) UJ a' Z - �jj I FZ--- � U w W p V) I LO Z U = U M Qp x Z Wd J O V)UN W N W : a a S J Q a s I � Fp- cn x a 1� < WW N CO V) N I I I 7 1 I / t Ilr Ilr 111 i i �M WO pZ LLI w Lj W N w j m Z p ¢ D O = m O � W W Z Z > OU U � w F-' d F� w W N w 3 Q— JO W � W N d U1 om i 0QU U ry ZQ Wj > Ld j O� m m x �"x a am �i ao P o � J � E ' Wrz a- `. C7 C� lil VI = ° CD a � aww z " M30 FZ = � ' U �il-I U �cl� C� oz Zea 04� A W a- d' 1M M U) (O (n - a W rTiD Q 00 o g U \� w s a a .�, z > a z z FZ Q cn W ' O N ' 00 .0 a v F--I W W W Q e p y p. 0 o ;po �o oa oo ..,, N w o 'Q. w p � - a p' '.�. o p . ; �w w ,",` = w IN LO LO Q..cl 0 CON OZ LLJ N � a T O V~7 W Ld it �\ � N V N > HN W U Z N < p \J U \ �, V i ♦ � V7w 1- 7o Uo ww I cnm = H a N W J O (L 0- M 0 i TRAFFIC CONTROL LS I I j I I i 2D14 Asphalt Overlays/Langholz A - 4 May 1, 2014 Project Number: 14-3001 I i I ROAD W20-1 < WORK AHEAD • • ° WORK VEHICLE e ARROW • • WORK VEHICLE ° (MSHING BOARD CAUTION) . �aVill 1117 • • ROAD WORN ' ' AHEAD ARROW BOARD (FLAMING CAUTION) W20-1 fji tiIF MINOR ROADWAY 9W20'-1 CHANNELIZATION DEVICE "SPACING FEET)TAPER TANGENT WORK VEHICLE 10 1 20 DISTANCE •� •� •' OR �• �• ROAD TYPE BETWEEN SIGNS . •• A B C ARROW ROAM ARROW BOARD URBAN 200 FT 200 FT 200 FT (SEQUENT& CHEVRON) (SEQUENTIAL CHEVRON) 25/30 MPH • URBAN STREETS RESIDENTIAL & 350 FT 350 FT 350 FT ° BUSINESS DISTRICTS . L 35/40 MPH RURAL ROADS do URBAN ARTERIALS 500 FT 500 FT 500 FT 45/55 MPH i ice A MINIMUM TAPER LENGTH =L (FEET) OR LANE WIDTH POSTED SPEED MPH (FT) 25 30 35 40 45 a W4-2L I W4-2R 10 105 150 205 270 450 a I B 11 115 165 225 295 495 0 12 125 180 245 320 540 2 RIGHTCLOSED ED UFT LWE O CLOSED OR CLOSED a C EAD AHEAD W20-5R W20-5L j GENERAL NOTES, sz 1. ALL SIGNS AND SPACING SHALL CONFORM I ROAD TO THE MUTCD AND CITY OF KENT WORK SPECIFICATIONS. AHEAD LEGEND 2. PRIORITY PASSAGE THROUGH WORK AREA W20-1 SZ SIGN LOCATION FOR EMERGENCY VEHICLES SHALL BE (TEMPORARY MOUNT) PROVIDED AT ALL TIMES.3, ALERT METRO TRANSIT 5 DAYS IN TEMPORARY TRAFFIC CONTROL DEVICE (CONES) ADVANCE (IF APPLICABLE). 4. PROTECTIVE VEHICLE RECOMMENDED—MAY I ARROW BOARD BE A WORK VEHICLE. (FLASHING CAUTION) 5. DEVICES SHALL NOT ENCROACH INTO ARROW BOARD ADJACENT LANES. (SEQUENTIAL CHEVRON) 6. ALL SIGNS 48*08" 0/0 UNLESS WORK OTHERWISE SPECIFIED. VEHICLE PROTECTIVE/ 7, CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. IV_ 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS TRAFFIC LOOP AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND REPLACEMENT BuslNEsses, V IT LANE CLOSURE PLAN CITY OF KENT SCALE s EXHIBIT ENGINEERING DEPARTMENT DATE Aor'I 2014 1 I i i i I CHANNELIZATIOEDECE ..¢. SPACING ( a- TAPER WORK VEHICLE 10 '` K -----(OPTIONAL) DISTANCE ; ROAD TYPE BETWEEN SIGNS J .. • • ,I 9 ARROW BOARD (FLASHING CAUTION) 25/30 MPH 200 FT 200 FT U RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT I L 35/40 MPH RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A MINIMUM TAPER LENGTH =L (FEET) .4 LANE CENTER CLOSED OR LANE LANE WIDTH POSTED SPEED (MPH) sz AHEAD CLOSED (FT) 40 45 10 105 150 205 270 45 4W20-1 11 495 12 125 180 245 320 540 I sz GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM I LEGEND TO THE MUTCD AND CITY OF KENT SZ SIGN LOCATION SPECIFICATIONS. (TEMPORARY MOUNT) 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED ® TEMPORARY TRAFFIC AT ALL TIMES. CONTROL DEVICE (CONE) 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. I E2 ARROW BOARD 4. DEVICES SHALL NOT ENCROACH INTO (FLASHING CAUTION) ADJACENT LANES. 5. ALL SIGNS 48"x48" B/0 UNLESS OTHERWISE SPECIFIED. PROTECTIVE/WORK 6. CHANNELIZATION DEVICES ARE I VEHICLE 'I STANDARD RETROREFLECTIVETRAFFIC CONES. j 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS WORKZONE HOURS IN AND/OR DRIVEWAYS. S EL LANE 8. CONTRACTOR SHALL ALERT AFFECTED - TRAVEL TO NE RESIDENTS AND BUSINESSES 7 CALENDAR DAYS I WE8EMEKDAYS AM IN ADVANCE OF START OF WORK. 9. CONTRACTOR SHALL ALERT METRO TRANSIT 5 BUSINESS DAYS IN ADVANCE OF WORKZONE IMPACTING EXISTING BUS STOPS. CENTER/LANE IT CLOSURE PLAN KEN CITY OF KENT SCALE MS EXHIBIT ENGINEERING DEPARTMENT DATE .. April 2014 2 i 'I zs L-OZM z.o9c OV3HV I NiIOM GENERAL NOTES: OV08 2s z J 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OV3HV z�o5r OF KENT SPECIFICATIONS. 03SO10 I 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY 1 a VEHICLES SHALL BE PROVIDED AT ALL TIMES. as-ozM {�£ I 3, ALERT METRO TRANSIT 5 DAYS IN ADVANCE (IF APPUCABLE). 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE, 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"x48" 8/0 UNLESS OTHERWISE SPECIFIED. o • 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. �z-aM 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT L ' GRADE INTERSECTIONS AND/OR DRIVEWAYS, 9. ALERT AFFECTED RESIDENTS AND BUSINESSES. � I III I i7l I SEQUENTIAL o g ARROWBOARD J 3 it • „N+, .Un, � � x � • • N 8� I "IT WORK m • • O O • • 3 3 i AREA • 245'�H-350't 350't 350't j • n • a I, �I MINIMUM TAPER LENGTH (FEET) µ OSSWALK CLOSE LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 o CROSS HERE )) 10 105 150 205 270 450 o 139-11 11 115 165 225 295 495 o •„k.• _Ii,, 12 11251180124513201540 I CHANNEUZAT10N DEVICE I I 3502 SPACING (FEET) TAPER TANGENT EGEND 5 20 SZ SIGN LOCATION (TEMPORARY MOUNT) ROAD I a TEMPORARY TRAFFIC CONTROL DEVICE (CONES WORK 444 ARROW BOARD SEQUENTIAL (CHEVRON MODE) AHEAD W20-1 PROTECTIVE/WORK VEHICLE SIDEWALK/CROSSWALK KENT CLOSURE PLAN CITY OF KENT SSE NTS EHIBR ENGINEERING DEPARTMENT DATE A 1-1 20142014 3 i I t—OSM Otl3Htl � UYO a GENERAL NOTES, 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES, dOIS 01 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE (IF APPLICABLE). WOM a 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. JN ;1..y;. .tL. 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. b-fM 6. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED. 7. CHANNEUZATION DEVICES ARE STANDARD TRAFFIC DRUMS. 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. V[-OZM 9. ALERT AFFECTED RESIDENTS AND BUSINESSES. a ° I o x • 3 e 3 0 w° �° oT s ►jam " '1 eIN MINIMUM TAPER LENGTH (FEET) ° ° ° e DRIVEWAY LANE WIDTH POSTED SPEED (MPH) (FT) 25 130 135 140 145 ° 10 105 150 205 270 450 11 115 180 245 290 540 • Tt 12 125 180 245 320 540 ° CHANNELIZATION DEVICE SPACING (FEET) TAPER TANGENT 15 20 SIGN SPACING = X (FEET) ° a: : : •• SEDUENTAL RURAL ROADS 45/55 MPH 500' +/- ° •, •• •• ARR055HOARD I T RURAL ROADS & 35/45 MPH 350' +/- ° L URBAN ARTERIALS RURAL ROADS, URBAN STREETS RESIDENTIAL 25/30 MPH 200' +/- & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' +/- ALL SIGNS ARE 48"x48" BLACK ON ORANGE UNLESS X OTHERWISE DESIGNATED. W2 4W4 0- A7A x o -T -2L LEGEND X OIT UN CLOSED SZ SIGN LOCATION (TEMPORARY MOUNT) AHEAD W20-5R TEMPORARY TRAFFIC CONTROL DEVICE (CONE) X ROAD WORK 4:M ARROW BOARD (SEQUENTIAL CHEVRON) AHEAD MODE W20-1 PROTECTIVE/WORK VEHICLE FLAGGER CONTROL ��KE IT PLAN CITY OF KENT SCALE NS EXHIBIT ENGINEERING DEPARTMENT DATE Aom 2014 4 i ACCGUNO TO WAG 485-9 -116,ANY ROM PROECT WHERE THERE IS OR WUL BE GBWIED PAVEMENT.ABRUPT LANE I-Oz EDGES,STEEL PLATES AND/OR WHY ;' AU GRAVEL-EARTH SURFACED ROADWAYS, A RECN011SHALL�5 IN TM S SIGN IN NTH ay j D CMANC£WTH THE WORKZONE HOURS IN QYU NUTCD AND STALE A ENNENTS TRAVEL LANES BPM TO 5AM OBSOD WEEKDAYS 85-OZM GENERAL NOTES: 1. ALL SIGNS AND ICAOSPAUNG SHALL CONFORM TO THE MUTCO AND CITY OF KENT SPEgFlCATIONS, 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY ° VEHICLES SHALL BE PROVIDED AT ALL TIMES. lz-bM '0B1 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE(IF APPUCABLE). 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE aavos Moaatl I x> I 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES ltlLLN3nb35 6. ALL SIGNS WAS' B/O UNLESS OTHERWISE SPECIFIED. 7. CHANNEUZATION DEVICES ARE STANDARD TRAFFIC DRUMS. B. All SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE DISTANCE INTERSECTIONS AND/OR DRIVEWAYS. ROAD TYPE BETWEEN SIGNS 9. ALERT AFFECTED RESIDENTS AND BUSINESSES. A B C ° 10. NOTIFY 48 HOURS IN ADVANCE: CITY OF KENT TRAFFIC SIGNAL URBAN • ENGINNEER - (253-856-5500) 25/30 MPH 200 FT 200 FT 200 FT I 11. SIGNAL SHALL BE SET TO'RED FLASH MODE'DURING URBAN STREETS } FLAGGING/POLICE OPERATIONS RESIDENTIAL & # N BUSINESS DISTRICTS 350 FT 350 FT 350 FT :.ITt. gFROWHOARD 35/40 MPH Ell RURAL ROADS &URBAN d� 3 45/55 MPHERIALS 500 FT 500 FT 500 FT ° & WORK i F MINIMUM TAPER LENGTH (FEET) LANE W1DTH POSTED SPEED (MPH) Sy •° q , (I (FT) 25 130 135 140 145 8g $•°°•• 10 105 150 205 270 450 p$� 2' 11 115 165 225 295 495 ,T"r 12 125 180 245 320 540 P o t g A A CHANNEDZATION DEVICE I ABBOw BaABD SPACING (FEET) Wwnu cxmm) TAPER I TANGENT LEGEND L1 15 1 20 SZ SIGN LOCATION (TEMPORARY MOUNT) a TEMPORARY TRAFFIC CONTROL DEVICE (CONES) A GOB ARROW BOARD SEQUENTIAL (CHEVRON MODE) PROTECTIVE/WORK VEHICLE 4-2R e Im LVE CLOSE` o E` W20-5R C ROAD WORK MINIMUM TAPER LENGTH =L (FEET) 'AHEAD W20-1 LANE WIDTH POSTED SPEED (MPH) (FT) 30 35 40 145 150 10 150 205 270 450 500 POLICE/INTERSECTION 11 165 225 295 495 SO �. CLOSURE PLAN II 12 180 245 320 540 600 KENT . we.nu°... CITY OF KENT SC&E, Nrs UHIBIT ENGINEERING DEPARTMENT PATE Aonl 2014 5 i )NORNZONE TR HWRS IN AM LANES BPN TO'AM wE A ACCORUNG TO RCW 47.DGUOD,ANY I-OLM UY3NY ROAD RIQECT WHERE iNM IS BR MIL NUOM K ORIDUM PAVENDIT,ABRUPT LANE OWN I I LEGEND D�a �-E�wTR 9MAGID powwAys, as-Dzm ' SZ SIGN LOCATION 11 SHALL BT AY THIS SIGN N BOTH O/3 ARECIICNS N ACCGMANE WDH THE mob (TEMPORARY MOUNT) W21-1701P MUM INO STATE AW MENTS. W Lill R ® TEMPORARY TRAFFIC Row az� CONTROL DEVICE (CONE) OVEDOR BUMP OR MAgiINEAY aEHT O wEw 4*I ARROW BOARD we-1s wT1-1 WZT- " (SEQUENTIAL CHEVRON) CHANNELIZATION DEVICE PROTECTIVE/WORK VEHICLE SPACING (FEET) TAPER TANGENT (1°'"3"'r61�10�) p°0� 20 OWN MON" P 20 DISTANCE ,� ; ROAD TYPE BETWEEN SIGNS A B C ? URBAN PROTECTIVE VEHICLE 25/30 MPH 200 FT 200 FT 200 FT (REWIRED) URBAN STREETS RESIDENTIAL &BUSINESS DISTRICTS 350 FT 350 FT 350 FT 35/40 MPH RURAL ROADS & ° URBAN ARTERIALS 500 FT 500 FT 500 FT 45/55 MPH ° wl-4L I ° � I MINIMUM TAPER LENGTH =L (FEET) MROW BOMO LANE WIDTH POSTED SPEED (MPH) (scauwnu cxe,Ra) (FT) 30 35 40 45 50 10 150 205 270 450 500 I I• 11 165 225 295 495 550 ° 12 180 245 320 540 600 GENERAL NOTES: A 1. ALL SIGNS AND SPACING SHALL CONFORM B V `u 'I TO THE MUTCD AND CITY OF KENT SPECIFICATIONS, aosn Ew 2. PRIORITY PASSAGE THROUGH WORK AREA w2o-sR FOR EMERGENCY VEHICLES SHALL BE PROVIDED R0A0 AT ALL TIMES. I w w2o 1 3. CONTRACTOR SHALL ALERT METRO TRANSIT 5 BUSINESS DAYS IN ADVANCE OF WORKZONE IMPACTING EXISTING BUS STOPS. 4. PROTECTIVE VEHICLE REQUIRED, SHOULD CONSIDER A TRUCK MOUNTED ATTENUATOR (TMA). 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"08" B/O UNLESS OTHERWISE '� MULTI-LANE SPECIFICED. • CLOSURE PLAN 7. CHANNELIZATION DEVICES ARE KENT STANDARD TRAFFIC CONES. CITY OF KENT SCALE NTs - EXHIBIT ENGINEERING DEPARTMENT DATE - ApriI.2014 6 ;' Oy3Hy oZ41 aa-oy i ���b�yb F.lz4f Niyp pbpy bAy No y 0 co I d<0<L <zM AT���pb I 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCO "o 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE(IF APPLICABLE). 4. PROTECTIVE VEHICLE REQUIRED-MAY BE A MURK VEHICLE S DENCES SHALLNOT ENCROACH INTO ADJACENT LANES B. ALL SIGNS 48'x4B'B/O UNLESS OTHERWSE SPECIFIED. 7. CHANNENZATIDN RMCES ARE STANDARD TRAFFIC DRUMS RIK �AQc 1\011, ZD S. 212TH ST. i TRAFFIC CONTROL PLAN ADVANCE WARNING KEIT SR 167 OFF—RAMP CITY OF KENT SCALE ws EXHIBIT ENGINEERINO DEPARTMENT MTE APRLL 2014 7 i i PREVAILING WAGE RATES �I II I i i i I 2014 Asphalt Overlays/Langholz A - 5 May 1, 2014 �. Project Number: 14-3001 r oyc 1 �i ii 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: 4/30/2014 County Trade Job Classification Wa a lHoliday Overtimel Note King Asbestos Abatement Workers Journey Level $41.69 5D i H King Boilermakers Journey Level $64.44 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A 1M :King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M 'I King Building-Service Employees Janitor $20.59 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.00 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $24.29 5S 2F King Building Service Employees Window Cleaner (Scaffold) $25.15 5S 2F King Cabinet Makers (In Shog2 Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D 1M King Carpenters Bridge, Dock And Wharf $50.82 5D 1M Carpenters King Carpenters Carpenter $50.82 5D iM King Carpenters Carpenters on Stationary Tools $50.95 5D 1M King Carpenters Creosoted Material $50.92 5D iM King Carpenters Floor Finisher $50.82 5D iM King Carpenters Floor Layer $50.82 5D iM King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 7A 1M King Divers & Tenders Diver $105.37 5D 1M 8A King Divers & Tenders Diver On Standby $59.50 5D 1M King Divers & Tenders Diver Tender $54.82 5D iM King Divers Ft Tenders Surface Rcv Et Rov Operator $54.82 5D 1M King Divers & Tenders Surface Rcv Et Rov Operator $51.07 5A 1 B Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King Died e Woi kers Assistant Mate (Deckhand) $52.58 5D 3F King Dredge Workers Boatmen $52.301 5D 3F King Dredge Workers Engineer Welder $54.041 SD 3F King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F King Prywa'Lt.Apjwkator Journey Level —_$50.82 5D 1 H King grywaillpers Journey Level $50.87 5P 1 E King Rectrical Fixture Maintenance Journey Level —_T25 84 5L 1 E Workers King Electricians - Inside Cable Splicer $65.691 7C 2W King - Electricians - Inside Cable Splicer (tunnel) $70.521 LC 2W King - Electricians - Inside Certified Welder $63.491 7C 2W King Electricians - Inside Certified Weider (tunnel) $68.10 7C 2W King Electricians -_Inside Construction Stock Person $35.69 7C 2W King LLcqLricnins - Insidg Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65.69 7C Lw_ King Electricians Motor Shop Craftsman $15.37 King Electricians - Motor Shop Journey Level $14.69 King Etectricians - Powertine Cable Splicer $68.33 5A 4A King EltectncLais - Powerline Certified Line Welder __$62.50 5A 4A COflStrUCtiOn King Electricians - Powerline Groundperson $42.56 5A 4A Construction King Electrician; ?owertirie Heavy Line Equipment $62.50 5A 4A Construction Operator King Electricians - Pnwertinc Journey Level Lineperson $62.50 5A 4A construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction King E(ectricians - Powerline Pole Sprayer $62.50 5A 4A Construction King Electricians - Powerline Powderperson $46.55 5A 4A Construction King King Electronic Technicians Journey Level $31.00 1 King Elevator Constru ctors Mechanic $80.14 7D 4A King Elevator Constructors Mechanic In Charge $86.771 ZD 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.25 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 King FLa_ggoi 5 Journey Level $35.34 7A 31 King Glaziers Journey Level $53.76k7L ly King Heat & Frost insulators And Journeyman $58.93 5_1 1S Asbestos Workers King Heating Equipment Mechanics Journey Level 1 $69.37-1 7F 1E King !LQd Carriers &—Mason Tenders lJourney Level 1 $42.991 7A 31 King Industrial, Power Vacuum lJourney Level 1 $9.321 1 I Cleaner King Inland Boatmen Boat Operator $54.57 5B 1K King Inland Boatmen Cook $50.95 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer a Water Systems By Operator Remote Control King Inspection/Cleaning/Seating Of Grout Truck Operator $11.48 1 Sewer & Water Systems By Remote Control King InspectionlCleanin6/Seeling Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer It Water Systems By Remote Control King hnsl ection/CleaninglSeali� Tv Truck Operator $20.45 .1 Sewer a Water Systems By Remote Control 1 King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 King Laborers Air, Gas Or Electric Vibrating $41.69 7A 31 Screed King Laborers Airtrac Drill Operator $42.99 7A 31 King Laborers Ballast Regular Machine $41.69 7A 31 King Laborers Batch Weighman $35.34 7A 31 King Laborers Brick Pavers $41.69 7A 31 King Laborers Brush Cutter $41.69 7A 31 King Laborers Brush Hog Feeder $41.69 7A 31 King Laborers Burner $41.69 7A 31 King Laborers Caisson Worker $42.99 7A 31 King Laborers Carpenter Tender $41.69 7A 31 King Laborers Caulker $41.69 7A 31 King Laborers Cement Dumper-paving $42.46 7A 31 King Laborers Cement Finisher Tender $41.69 7A 31 King Laborers Change House Or Dry Shack $41.69 7A 31 "King Laborers Chipping Gun (under 30 Lbs.) $41.69 7A 31 King Laborers Chipping Gun(30 Lbs. And $42.46 7A 31 Over) King Laborers Choker Setter $41.69 7A 31 King Laborers Chuck Tender $41.69 7A 31 King Laborers Clary Power Spreader $42.46 7A 31 King ILaborers Clean-up Laborer $41.69 7A 31 King Laborers Concrete Dumper/chute $42.46 7A 31 LLL--- ,/G 1----- - -- --. . , _] ,...- --'- -'---- '--- 'I,- --'- -1-..- r ayc � vl ii Operator King Laborers Concrete Form Stripper $41.69 7A 31 King Laborers Concrete Placement Crew $42.46 7A 31 King Laborers Concrete Saw Operator/core $42.46 7A 31 Driller King Laborers Crusher Feeder $35.34 7A 31 King Laborers Curing Laborer $41.69 7A 31 King Laborers Demolition: Wrecking Et Moving $41.69 7A 31 (incl. Charred Material) King Laborers Ditch Digger $41.69 7A 31 King Laborers Diver $42.99 7A 31 King Laborers Drill Operator $42.46 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $41.691 7A 31 King Laborers Dump Person $41.69 7A 31 King Laborers Epoxy Technician $41.69 7A 31 King Laborers Erosion Control Worker $41.69 7A 31 King Laborers Faller Et Bucker Chain Saw $42.46 7A 31 King Laborers Fine Graders $41.69 7A 31 King laborers Firewatch $35.34 7A 31 King Laborers Form Setter $41.69 7A 31 King Laborers Gabian Basket Builders $41.69 7A 31 King Laborers General Laborer $41.69 7A 31 King Laborers Grade Checker Et Transit $42.99 7A 31 Person King Laborers Grinders $41.69 7A 31 King Laborers Grout Machine Tender $41,691 7A 31 King Laborers Groutmen (pressure)including $42.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $41.69 7A 31 King Laborers Hazardous Waste Worker (level $42.99 7A 31 A) King Laborers Hazardous Waste Worker (level $42.46 7A 31 B) King Laborers Hazardous Waste Worker (level $41.69 7A 31 C) King Laborers High Scaler $42.99 7A 31 King Laborers Jackhammer $42.46 7A 31 King Labor_es Laserbeam Operator $42.46 7A 31 King Laborers Maintenance Person $41.69 7A 31 King Laborers Manhole Builder-mudman $42.461 7A 31 King Laborers Material Yard Person $41.69 7A 31 King Laborers Motorman-dinky Locomotive $42.46 7A 31 King Laborers Nozzleman (concrete Pump, $42.46 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et _1 _1_.._ /. _. .1�1 _1 1 . "1111. .1 rayc .� vi li Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $42.46 7A 31 j King Laborers Pilot Car $35.34 7A 31 King Laborers Pipe Layer Lead $42.99 7A 31 King Laborers Pipe Layer/tailor $42.46 7A 31 King Laborers Pipe Pot Tender $42.46 7A 31 King Laborers Pipe Reliner $42.46 7A 31 King Laborers Pipe Wrapper $42.46 7A 31 i - l King Laborers Pot Tender $41.69 7A 31 King Laborers Powderman $42.99 7A 31 King Laborers Powderman's Helper $41.69 7A 31 King Laborers Power Jacks $42.46 7A 31 King Laborers Railroad Spike Puller - Power $42.46 7A 31 King Laborers Raker - Asphalt $42.99 7A 31 King Laborers Re-timberman $42.99 7A 31 King Laborers Remote Equipment Operator $42.46 7A 31 King Laborers Rigger/signal Person $42.46 7A 31 King Laborers Rip Rap Person $41.69 7A 31 King Laborers Rivet Buster $42.46 7A 31 King Laborers Rodder $42.46 7A 31 King Laborers Scaffold Erector $41.69 7A 31 King Laborers Scale Person $41.69 7A 31 King Laborers Sloper (over 20") $42.46 7A 31 King Laborers SloperSprayer $41.69 7A 31 King Laborers Spreader (concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 King Laborers Stock Piler $41.69 7A 31 King Laborers Tamper Et Similar Electric, Air $42.46 7A 31 8 Gas Operated Tools King Laborers Tamper (multiple Et Self- $42.46 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $42.46 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $41.69 7A 31 King Laborers Topper $41.69 7A 31 King Laborers Track Laborer $41.69 7A 31 King Laborers Track Liner (power) $42.46 7A 31 King Laborers Traffic Control Laborer $37.79 7A 31 8R King Laborers Traffic Control Supervisor $37.79 7A 31 8R King Laborers Truck Spotter $41.69 7A 31 King Laborers Tugger Operator $42.46 7A 31 King Laborers Tunnel Work-Compressed Air $60.06 7A 31 !� Worker 0-30 psi :King Laborers Tunnel Work-Compressed Air $65.09 7A 31 r PI,O V VI 1/ Worker 30.01-44.00 psi King Labnrers Tunnel Work-Compressed Air $68.77 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $74.47 7A 31 88Q Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $76.59 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $81.69 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $83.59 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $85.59 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $87.59 7A 31 8g Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $43.09 7A 31 8�( Tender King Laborers Tunnel Work-Miner $43.09 7A 31 S King Laborers Vibrator $42.46 7A 31 King Laborers VinylSeamer $41.69 7A 31 King Laborers Watchman $32.12 7A 31 King Laborers Welder $42.46 7A 31 King Laborers Well Point Laborer $42.46 7A 31 King Laborers Window Washer/cleaner $32.12 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $41.69 7A 31 a Water King Laborers - Underground Sewer Pipe Layer $42.46 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $50.821 5D 1H King Marble Setters Journey Level $50.12 5A 1M King Metal Fabrication 'In Shop), Fitter $15.86 1 King Metal Fabrication f1n Shag} Laborer $9.78 1 King Metal Fabrication tln_Sho Machine Operator $13.04 1 King Metal Fabrication iin Shop) Painter $11.10 1 King Metal Fabrication (9n_Shop Welder $15.48 1 (King Millwright Journey Level $51.92 5D 1M King AAodular Buildings Cabinet Assembly $11.56 1 King Modularuildinas 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 f r oyc i vi i/ ' King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $51.07 5D 1M King Plasterers Journey Level $49.29 7Q 1R King Playground & Park FgwQrngnt Journey Level $9.32 1 Installers King Plumbers & Pipefitters Journey Level $73.69 6Z 1 G King Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P King power Equipment Operators Assistant Engineer $50.22 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P King power Equipment 0 erators Batch Plant Operator, $53.00 7A 3C BP Concrete King Power Equipment Operators Bobcat $50.22 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $50.22 7A 3C 8P i Equipment King Power Equipment Operators Brooms $50.22 7A 3C 8P King Power Equipment Operators Bump Cutter $53.00 7A 3C 8P King Power Equipment Operators Cableways $53.49 7A 3C 8P King Power Equipment Operators Chipper $53.00 7A 3C 8P King Power Equipment Operators Compressor $50.22 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $50.22 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment 0 erp ators Concrete Pump: Truck Mount $53.00 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $52.58 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) i King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $53.49 7A 3C 8P j Tons, Under 150' Of Boom (including Jib With Attachments) 'i King Power Equipment Operators Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P Under Fugj V VI 1/ King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Powe_Egmpment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $52.58 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operator_ Crusher $53.001 7A 3C 8P King Power Ement Operators Deck Engineer/deck Winches $53.00 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P King Powe(__Equipment C peratgls Dozers D-9 Et Under $52.58 7A 3C 8P King P wer Eament flueratgrs Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Or Crane Mount King Rower Equipment Operators Drilling Machine $53.00 7A 3C 8P King Pawer Eciuigment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power EgujpmenL_flperators Finishing Machine, Bidwell And $53.00 7A 3C 8P Gamaco Et Similar Equipment King Pawer Equipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P With Attachments King Potiver Equipment Operators Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Attachments King Power E+auipment_Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc King Pawer Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P I King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P j Articulating Off- Road Equipment 45 Yards. £t Over L King Power Equioment Operators Hard Tail End Dump $53.00 7A 3C 8P it Articulating Off-road Equipment Under 45 Yards King Power Equipment 47 erators Horizontal/directional Drill $52.58 7A 3C 8P Locator King FoLwer EgUlgment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Pawer Equipment Operators Hydralifts/boom Trucks Over $52.58 7A 3C 8P 10 Tons King Pawer Eau�pment Operators Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. & $54.04 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Not Including 8 Yards King PowerUipment Operata s Loaders, Overhead Under 6 $53.00 7A 3C 8P Yards — rayc vi King Power Equipment Operators Loaders, Plant Feed $53.001 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P King Power Equipment Operators Locomotives, All $53.00 7A 3C 8P King Power Equipment Operators Material Transfer Device $53.00 7A 3C 813 King Power EquBement Operators Mechanics, All (leadmen - $54.04 7A 3C 8P $0.50 Per Hour Over Mechanic) King Pow�ent Operators Motor Patrol Grader - Non- $52.58 7A 3C 8P finishing King Power Eguiprnent Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P King power Equipment Operators Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 8P Distribution Et Mulch Seeding Operator i King Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P " Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $54.04 7A 3C 8P Tons And Over King Power Equipment Ooerators Overhead, Bridge Type: 45 $53.49 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P King Power Equi pmtuL Operators Power Plant $50.22 7A 3C 8P King Power Equipment Operators Pumps - Water $50.22 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, DI And Over $53.49 7A 3C 8P King Power Equjgment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P King Power Equipment Operators Rollagon $53.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $53.00 7A 3C 8P King Power Equipment Operators Saws - Concrete $52.58 7A 3C 813 King Power Equipment Operators Scraper, Self Propelled Under $53.00 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete ft Carry All $52.58 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $53.49 7A 3C 8P r uyc iv ul J./ Yards And Over King Power Equipment Orators Service Engineers - Equipment $52.58 7A 3C 8P King Pol,ver Equipment Operators Shotcrete/gunite Equipment $50.221 7A 3C 8P I King Powet Equipment Oper� Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric Tons. I King P wer Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Egr.ii mere"_Operators Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.04 7A 3C 813 Over 50 Metric Tons To 90 Metric Tons King Power EgLlip enC Operators Shovel, Excavator, Backhoes: $54.61 7A 3C 8P 'r Over 90 Metric Tons King Power b u mp ent Operators Slipform Pavers $53.49 7A 3C 8P King 1sower Equipment Operators Spreader, Topsider a- $53.49 7A 3C 8P Screedman King Power Equipment Operatrrs Sub grader Trimmer $53.00 7A 3C SP King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P King Power Equipment Operatnrs Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom King Power- Eguirnrent Operators Tower Crane Up To 175' In $54.04 7A 3C 8P Height Base To Boom King Power Eg went Operator., Transporters, All Track Or $53.49 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $52.58 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $52.58 7A 3E 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P : King Power Equipment Operators Welder $53.49 7A 3C 8P King Power Equigment Operator; Wheel Tractors, Farman Type $50.22 7A 3C 8P King Pow Yo Yo Pay Dozer $53.001 7A 3C 8P King Ls- Asphalt Plant Operators $53.49 7A 3C 8P Under round Sewer£t Water King Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer Et Water King PUA Eg ipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sevier Et Water li King Power Egu pment Operators- Batch Plant Operator, $53.00 7A 3C 8P Underground Bearer tt Water Concrete King Povl/er EguipmerA Operators- Bobcat $50.22 7A 3C 8P Underground Sewer £t Water King Power Eguipment Operators- Brokk - Remote Demolition $50.22 7A 3C 8P Underground Sewer E Water Equipment King Power Equipment Operators- Brooms $50.22 7A 3C 8P '- Underground Sewer Et Water !\ 11 . A r aye Li a ii King Power Equipment Operators- Bump Cutter $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer Et Water King Power Eauipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Compressor $50.22 7A 3C 8P Underground Sewer & Water King Power Eauipment Operators_ Concrete Pump: Truck Mount $53.49 7A 3C 8P n Underground Sewer a Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C 8P Underground Sewer Et Water Screed King Power Eauipment Operators- Concrete Pump - Mounted Or $52.58 7A 3C 8P ' Underground Sewer Ft Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Eauipment Operators; Concrete Pump: Truck Mount $53.00 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m King Power Eauipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer & Water King Power Eauipment Operators- Cranes: 20 Tons Through 44 $53.00 7A 3C 813 Underground Sewer Et Water Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom y (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Eauipment Operators- Cranes: 45 Tons Through 99 $53.49 7A 3C 813 Under round Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Eauipment Operators- Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P Underground Sewer &Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Underground Sewer & Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P Underground Sewer @ Water Attachments A-frame Over 10 Tons King Pgwei Equipment Operators Crusher $53.00 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- IDeck Engineer/deck Winches $53.00 7A 3C 8P Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P Underground Sewer & Water :,King Power Equipment Operators- Dozers D-9 Et Under $52.58 7A 3C 8P !Jnderg-ouncLSewer & Water I King Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A X 8P Underground Sevrer f Water Or Crane Mount King Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer Et Water I I King Power Fqgjqment Operators- Elevator And Man-lift: $50.22 7A 3C 8P Underground Sewer a Water Permanent And Shaft Type i King Powqr Finishing Machine, Bidwell And $53.00 7A 3C 8P Underground Sewer AMater Gamaco Et Similar Equipment King Power Equipment C)aerators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P Underground Sevrer Et Water With Attachments King 11 Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Lqdtc 7�r Seaver EL Water Attachments�round Sev I King Power�Eqi nnent Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P _ Under round Sewer Ft Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer Er Water King Power Eouipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer Ek Water King Power Equipment Hard Tail End Dump $53.49 7A 3C 8P Underground Sewer It tiNater Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $53.00 7A X 8P Undervrourod_Sewer ft. Water Articulating Off-road Equipment Under 45 Yards King Horizontal/directional Drill $52.58 7A 3C 8P Underground Sewer & Water Locator King PowerT Horizontal/directional Drill $53.00 7A 3C 8P �Underground Sewer�aWater Operator King Power E q-ui ment gp!�,�tors- . � Hydratifts/boom Trucks Over $5258 7A 3C 8 --p— P k!ndergi�oundSewq Et Water 10 Tons King Power Equ ipment Operators- Hydratifts/boom Trucks 10 $5022 7A 3C8P pe� , . — — — Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $54.04 7A 3C 8P lj�nder round Sewer Ct Water Over King Power Equipment C aerators- Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Under round Sewer Ct Water Not Including 8 Yards King Rower Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P Underground Sewer Ft Water Yards King Power Equipment Operators- Loaders, Plant Feed $53.00 7A X 8P Underground Sewer & Water King Loaders: Elevating Type Bell: $52.58 7A 3C 8P Underground Sewer It Water King Power EgLuipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer Et Water I King Power EqWpment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer EL Water King Mechanics, All (leadmen - $54.04 7A X 8P Underground Sewer a Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power E ui ment Operators- Oil Distributors, Blower $50.22 7A 3C 8P Underground Sewer a Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato jKingPower Power Eouipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P Underground Sewer a Water Tons And Over Equipment Operators- Overhead, Bridge Type: 45 $53.49 7A 3C 8P Underuround Sewer Et Water Tons Through 99 Tons "King Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Quick Tower - No Cab, Under $50.22 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $53.49 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Rollagon $53.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators-, Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $52.58 7A 3C 813 i Underground Sewer a Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $53.00 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P �I Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers King Power Line Clearance Tree Spray Person $42.58 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $44.86 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.20 5A 4A Trimmers King Refrigeration & Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential_Brick Mason Journey Level $50.12 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.641 1 King Residential Drywall Applicators Journey Level $39.62 5D 1M King Residential Drywall Tapers Journey Level $50.87 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 7L 1H King Residentiallnsutadon Journey Level $26.28 1 Applicators 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 EL Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.84 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $42.15 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R Fire Protection King Residential Stone Masons Journey Level $50.12 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Teriazzo(Tite Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $44.711 5A 3H King Roofers Using Irritable Bituminous $47.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $69.37 7F 1 E King Shipbuilding Et Shy Repair Boilermaker $40.12 7M 1 H I - King Shipbuilding Et Ship Repair Carpenter $38.24 70 313 ;King Shipbuilding Et Ship Repair Electrician $37.80 70 3B i King Shipbuilding Et Ship Repair Heat Et Frost Insulator $58.93 5J 1S I r oyc ice/ V1 King Shipbuilding & Ship Re air Laborer $36.781 70 3B King Shipbuilding Et Ship Repair Machinist $37.81 70 3B King 5hipbuiiding & Ship Pepair Operator $40.15 70 3B King Shipbuildms Ct $hip Rep_,ir Painter $37.79 70 313 King Shipbuilding a Ship Repair Pipefitter $37.77 70 3B King Shipbuildmgg t Shio Repair Rigger $37.74 70 3B King Shitibuitding a Ship Repair Sandblaster $36.78 70 3B King Shipbuilding & ShiP Red it Sheet Metal $37.74 70 3B King Shipbuilding Et Ship Repair Shipfitter $37.74 70 3B King Shipbuilding Et Ship Repair Trucker $37.59 70 3B King St,ipbuilding £t Ship Paoair Warehouse $37.64 70 3B King Sh_i)~bujltdina Et Ship ReI air Welder/Burner $37.74 70 3B King Sign Ma.l<:ers a Installers Sign Installer $22.92 1 Electrical - King Sign Makers Etinstallers Sign Maker $21.36 1 t Electrical l King Sign Makers_& Installers Ryon- Sign Installer $27.28 1 Electrical) King Sign Masters hL Instatters (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $42.15 5A 3D King Solar Control; For Windows Journey Level $12.44 1 King Sprinkler Fitters dire Journey Level $69.59 5C 1X Protection) King Jtaae Rigging M.echanics (Non Journey Level $13.23 1 Struct_w-ai) - King Stone Masons Journey Level $50.12 5A 1M King Street And_F'arkiri Lat Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $52.58 7A 3C 8P Surveyor King Surve roars Chainman $52.06 7A 3C 8P King Surve ors Construction Site Surveyor $53.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.01 5A 26 Outside King Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 2B Outside King Tele ahone Line Construction - Installer (Repairer) $34.50 5A 2B Outside King "telephone Line Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside ;King Telephone Line Construction - Special Apparatus Installer 11 $35.27 5A 2B Outside King Teteohone Line Construction_ Telephone Equipment Operator $36.01 5A 2B Outside (Heavy) j King Te!22h2ne Line Construction - ITelephone Equipment Operator $33.47 5A 2B Outside (Light) Kin Telephone Line Construction - Telephone Line person g P P $33.47 SA 26 Outside King Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $25.27 5A 2B Outside King Telephone Line Construction - Television System Technician $30.20 5A 2B Outside King Telephone Line Construction - Television Technician $27.09 5A 2B Outside King Telephone Line Construction - Tree Trimmer $33.47 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21,65 1 King Tile, Marble & Terrazzo Finisher $37.79 5A 1B Finishers King Traffic Control Strivers Journey Level $42,33 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $48.87 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $48.03 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Ft Trailer $48.87 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $48.03 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $48.87 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & h rigation Pum Irrigation Pump Installer $17.71 1 Installers King Welt Drillers £t Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers 'I I I Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 Overtone 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. 1. ALL HOURS WORKED fN EXCESS OF EIGHT (8)HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half tunes 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)torus 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 though Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Stmdays 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 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. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. I. The first two (2)hours after eight(8)regular hours Monday though Friday and the first ten(10)hours on Saturday shall be paid at one and one-half tunes 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. M. All horns 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 homy worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3-5-2014 thin 8-30-2014 1. 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. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve (12) hours, Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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. 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. Alt 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) horns on Saturday shall be paid at one and one-half times the hourly rate of wage. Alt 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 Satin day, 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 approval 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 jworkweek) 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. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. I I 2 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 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 ore-half times the hourly rate of wage. 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 workcd 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 oil Saturday shalt be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours workcd.on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hou:weekly schedule,either Monday thru Thursday or Tuesday thm 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. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)IIOURS PER WEEK SIIALL 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 ail 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 overtone rate, ail 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((2)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. 3 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 3, C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shalt be paid at double the hourly rate of wage.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours%hall be at the applicable overtire rate until such time as the employee has had a break of eight(8) hours or more. D. All hours worked between the hours of 6:00 pin and 6:00 am,Monday through Saturday,shall be paid at a premium ,I rate of 15%over the hourly rate of wage. All other hours worked after 6:00 am 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. i E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. I, F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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. II. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two(2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(I-1/2)times the regular rate of pay. T. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work i week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. IIowever, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.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. 4. ALL HOURS WORKED 1N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEED SHALL BE PAID AT ONE AND ONE-HALF TIMES THE IIOURLY RATE OF WAGE. i 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. I 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). 4 Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 5. H. Holidays: New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thatil<sgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After-Thanksgiving Day, The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After'Ihanksgiving 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, Q. Paid Holidays: New Year's Day, Memorial Day,hrdependence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). 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). Holiday Codes Continued 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). 5 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 6. 1. Paid Holidays: New Year's Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day (7). 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. IIolidays: New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls mr 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. Holidav Codes Continued 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 (9). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day, B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday, Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8'). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be '.. observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a 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. IIolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas clay 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. O. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day j (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. IIolidays: 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 6 i Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 7. 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 Cluistmas 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, independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, 'Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Years 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 I be observed as a holiday. O. Paid Holidays: New Years 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 Years 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. R. 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).If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays:New Year's Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 7 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 i I I 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'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet ,I 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 ,j Over 100'To 150'-$1.50 per Foot far 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,Levet B: $0.50,And Level C: $0.25, M. Workers on hazmat projects receive additional hourly premiums as follows:Levels A&B: $I.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. i, (, R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shalt be posted where shown on ! approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic � Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012. 8 KENT Agenda Item: Bids - 9A TO: City Council DATE: June 3, 2014 SUBJECT: 2014 Asphalt Overlays - Award MOTION: Move to award the 2014 Asphalt Overlays to ICON Materials in the amount of $1,606,002.50 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project includes the overlay of Central Avenue North from Smith Street to George Street, S. 212th Street from 84th Avenue South to the State Route 167 on ramp, and the intersection of South 212th Street and 84th Avenue South. The project consists of installing 5,600 tons of hot mix asphalt, 22,000 square yards of grinding of old asphalt concrete, 23,100 square yards of fabric reinforcement and the restoration of vehicle detector loops for 5 traffic signals. EXHIBITS: Memorandum, dated 5/27/2014 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This contract will be funded out of the Business and Occupation Funds. REQUEST FOR MAYOR'S IGNATURE �T Please Fill in All Applicable Boxes i t� i`4wed by Director Ori inator's Name: Ken Lan holz_` Dept/Div. Engineering Extension: 5516 Date Sent 1r�,_F Date Re uired: j Return to: Nancy Yoshitake CONTRACT TERMINATIO --UATE5-5 v or-king days VENDOR: ICON Materials DATE OF COUNCIL APPROVAL: 6/3/14 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if�ppllcable .. Brief Explanation of Document: The attached construction agreement is with ICON Materials for the 2014 Asphalt Overlays Project. The project consists of installing approximately 5,600 tons of hot mix asphalt, 22,000 (square yards of planing asphalt concrete, 23,100 square yards of fabric reinforcement, 5 each of traffic signal modifications, 2200 tons of crushed surfacing including pavement work and utility adjustments. For additional information, see the attached Council motion sheet. ' All Contracts A7ust Be Routed Through The Law Department rill.n tm 6PhW 1.,, �0 t�,q $ � ' ( Is area to be completed by the law Department) ;. .. � Received: Approval of r a fir' , } Law Dept. Comments; � ;?"� Pp� CITY('11F KFNT i i`�.LrL.Lf.3K lt + ,gas Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Stiff 4* ,, 4$ �. # i a i Received: Recommendations and Comments: Disposition: [late Returned: