Loading...
HomeMy WebLinkAboutPW15-238 - Original - ICON Materials dba CPM Development Corporation - Asphalt Overlay Project No. 15-3003 - 06/30/2015 WME Records M g`yeme Document 010 lNA9NINGTON °� �ry�'' 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: ry �j.. ° This is assigned by City Clerk's Office Project Name: 2015 Asphalt Overlays Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 180 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: Public Works Operations Contract Amount: $1,066,044.05 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing approximately 3,500 tons of hot mix asphalt, 12,620 square yards or panning asphalt concrete, 22,000 square yards of fabric reinforcement, 1,000 tons of crushed surfacing and other work. As of: 08/27/14 w t'N IN Pe r � P� bt.. t su �4[ y.. 5 } q P- g� rA e �w e iti 3 F 4 rj µ.: i W S E�. "=1 �2A qS �l k Trfi 6:3F Yy; Y. t.i5. 4 "x k Jt A i✓ 3 C 3' f; a r.: sc :i J PUBLIC WORKS DEPARTMENT Timothy 1. LaPorte, P.E. Public Works Director 400 West Gowe • Kent, WA 96032 KEN T Fax: 253-856-6500 wAs� oTax PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2015 Asphalt Overlays Project Number: 15-3003 ADDENDUM No. 1 June 1, 2015 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 - APPPENDIX APPENDIX 1 - Kent Standard Plans DELETE 6-82M - Sign Post Installation ADD the following Kent Standard Plans 6-82aM Sign Post Installation Type A 6-82bM Sign Post Base Plate Installation Type B APPENDIX 3 - Plans and Cross Sections ADD Detail No. 4 Cross Section Butt Joint Planning END OF ADDENDUM No. 1 'o Chad Bieren, P.E. Date m City Engineer Attachments: Kent Standard Plan 6-82aM - Sign Post Installation Type A Y Kent Standard Plan 6-82bM - Sign Post Base Plate Installation Type B Detail No. 4 - Cross Section Butt Joint Planning 3 0 MAYOR SUZETTE COOKE I ATTACH SIGNS 30"AND UNDER 0 WITH 2 DRIVE RIVETS,SEE NOTE 6 , ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS,SEE NOTE 7 SEE NOTES 10 AND 11 �7kO�R BRACKET 16 wAL 0 SIGN POST SQUARE 2"x 2", ,, 0 14 GAGE,ALL HOLES0 PRE-PUNCHED 0 0 0 CORNER BOLT,0 SEE NOTE 7 FINISHED GRADE o5/16"X 1"SS o %77" BOLTS WITH � SS WASHERS o ANCHOR SQUARE2.5"X2.5"OD, 7 GAUGE,SET PLUMB 0 AND TRUE, SEE NOTE 5 0 0 u CONCRETE BASE SHALL BE �3 < o .� POURED IN PLACE AROUND ' o / ANCHOR. ANCHOR SHALL MOUNTING ON STREET LIGHT 0 ' ?: NOT BE FILLED WITH STANDARD OR SIGNAL POLE o CONCRETE. i MIN.. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE 6. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER TYPE,OR APPROVED EQUIVALENT, 7. CORNER BOLTS TO BE T1_070M.1AMNUTS TL062 2. FOR IN-SIDEWALK INSTALLATIONS, CORE AN 8" DIAMETER HOLE PRIOR TO EXCAVATION. 8, SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS, , 3. FOUNDATION DEPTH MAY BE REDUCED TO 24"OR SIGN 9, PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE MAINTAINED POST BASE PLATE INSTALLATION TYPE B MAY BE USED; BY THE PROPERTY OWNERS. ONLY IF APPROVED BY THE CITY OF KENT. 10. ALUMINUM SIGN BLANKTHICKNESS; 4. POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM WARNING AND REGULATORY 30"AND UNDER-0.080". 1011 GRADE 50 AND BE HOT DIPPED GALVANIZED WARNING AND REGULATORY 36"AND OVER -0.125" AASHTO M-120 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE 7/16"DIAMETER 11. SHEETING MATERIAL: PRE-PUNCHED HOLES ON 1"CENTERS FULL LENGTH, WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC FOUR SIDES. SCHOOL SIGNS-3M DIAMOND GRADE DG3 LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM S. ANCHOR SHALL HAVE 4 EACH 7/16"DIAMETER HOLES ONE EACH SIDE 2"FROM TOP. FINISH SHALL BE ZINC HOT DIPPED �FREy. NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT GALVANIZED MATERIAL TO MEET S� F WA AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ASTM A500 GRADE B,7 GAUGE, 0 �I f ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 30"LONG TELESPAR ANCHOR ,�A G�'C� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, HDA-200.30.6 2 1/2"X 2 1/2"X 30" w Z OR APPROVED EQUIVALENT. U - CITY OF KENT ENGINEERING DEPARTMENT 10 38296 w4' v KtNT SIGN POST INSTALLATION ISTER� �� w,• INa.o" TYPE A �SSIONAL E DESIGNED COX SCALE NONE STANDARD PLAN DRAWN COK CHECKED DATE 05.29.2015 6-82aM APPROVED i 1" 3/4"DIAMETER HOLES 7"x7"xl/4" STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) 2 1/4 O PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 ry GRADE 33)PERFORATED SQUARE TUBING CENTERED ON BASE PLATE O PLAN 7/16"ON 1"CENTER DIA. HOLES PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 GRADE 33)PERFORATED SQUARE TUBING CENTERED 0 ON BASE PLATE 0 0 WELD ALL AROUND 0 0 7"x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) 0 1/2"xS 1/2"SS WEDGE ANCHORS, SS WASHERS AND NUTS j NOTE: ELEVATION 1, CITY OF KENT APPROVAL REQUIRED PRIOR TO USING THIS STANDARD PLAN. 2. SEE STANDARD PLAN 6.82aM FOR SIGN POST AND SIGN NOTES AND DETAILS. �FFRE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S pF IWASk 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. CITY OF KENT -� ENGINEERING DEPARTMENT �� SIGN POST BASE PLATE �p 38296 O � ISTLRE� 444 KENT INSTALLATION w......., � G`� TYPE B I� SSIONAL E� DESIGNED coK SCALE NONE STANDARD PLAN DRAWN CDN CHECKED DATE D5.29.7015 6-82bM APPROVEp i J � a oz / T N � / z z J w W Z / Q Y � J W ' �, W 0 :/ > (y V) a Zi z w jIL ("oWLi vN0 a J Lx ¢ F } % Q x U F-W,IN J d m Ld> Q O N N O C� Z V) L) f W a g w o � z w i > rc o w W z J W w Q a I C9 I Q 0 F- W z Lr) W Ld O J Ld N a a 0- V) c� a z oin , I � N W N O — W W H Z WO I ¢ ~ z a W C� Q > o' _ O W i D� Z d W x O _ _ J J O O W W S S .. su. V) U — I I NO N I�� L TABINDEX Tab 1 idder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Plans and Cross Sections Tab 8 Traffic Control Plans Tab 9 Prevailing Wage Rates ICON Materials BIDDERS NAME (dba of CPM Development Corporation) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2015 Asphalt Overlays Project Number: 15-3003 BIDS ACCEPTED UNTIL June 9, 2015 1:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-S89S TIMOTHY 1. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KEN TT WASHINGTON CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2015 Asphalt Overlays Project Number: 15-3003 BIDS ACCEPTED UNTIL June 9, 2015 1:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 P� S. TIMOTHY J. LAPORTE, P.E. ° , . . -PUBLIC WORKS DIRECTOR s 5/2015 , 4 'S.97Au IQ I O �C � A L ENT WASH INGTO N ORDER OF CONTENTS i 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) I 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 Plans and Cross Sections Traffic Control Plans Prevailing Wage Rates I INVITATION Y Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through June 9, 2015 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: 2015 Asphalt Overlays Project Number., 15-3003 The project consists of installing approximately 3,500 tons of hot mix asphalt, 12,620 square yards of planing asphalt concrete, 22,000 square yards of fabric reinforcement, 1,000 tons of crushed surfacing and other work, all in accordance with the Contract Plans, Kent Special Provisions, and the WSDOT Standard Specifications.. The Engineer's estimated range for this project is approximately $1,350,000 - $1,530,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Joseph Araucto at (253) 856- 5664. 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 $25.00 for each set. Plans and specifications can also be downloaded at no charge at www.icentwa.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. i 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 20`h day of May, 2015. Ronald F. t ,96re, City'Clerk t Published in Kent Reporter on May 29, 2015 Daily Journal of Commerce on May 26 and June 2, 2015 I(;ON Materiais (dta of 0pM0evalopment Corp:j CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date June 9,2015 This statement relates to a proposed contract with the City of Kent named 2015 Asphalt Overlays Project Number: 15-3003 I am the undersigned bidder or prospective contractor. I represent that - 1. I xx have, have not, participated in a previous contractor subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or preceding similar Executive Order. ICON Materials i (dba of CPM Development Corporation) NAME OF BIDDER BY: ( � Rob Meidinger Signature/Title oral Manager/VP 1508 Valentine Ave SE Pacific, WA 98047-2103 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2015 Asphalt Overlays/ArauctD 1 May 20, 2015 Project Number: 15-3003 '.... DECLARA►TION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committedto 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 forany contractor, subcontractoror supplier on this specific contractto adhere to. An affirmative response is required on all of the following questions forthis contractto be valid and binding. If any contractor,subcontractoror 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 contractthe prime contractorwill provide a written statementto all new employees and subcontractors indicating commitmentas an equal opportunity employer. 4. During the time of the contract I, the prime contractor,will actively consider hiring and promotionof 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. i Dated this 9th day of June , 2015. By: f Rob Meidinger For: ICON Materials(dba of C velopment Corporation) Title: General Manager/VP Date: June 9, 2015 2015 Asphalt Overlays/ArauctJ 2 May 20, 2015 Project Number: 15-3003 CITY OF KEINT 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 ormore 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 ortermination 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. 'CON NNl8terials OR of am IJevelopnlonp Corp: 2015 Asphalt Overlays/ArauctO 3 May 20, 2015 Project Number: 15-3003 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. ;C;0N materials I, the undersigned, a duly represented agent of �dba of CPM Dovolopmont Corq.) Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2015 Asphalt Overlays/Project Number: 15-3003that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of , 2015. By: Fo r: Title: Date: 2015 Asphalt Overlays/Araucto 4 May 20, 2015 Project Number: 15-3003 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Mark Eichelberger Project Manager/Estimator has examined the job site and construction details of the workas outlined onthe plans and described in the specifications for the project named 2015 Asphalt Overlays/Project Number: 15-3003 forthe 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 (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2015 Asphalt Overlays/Araucto 5 i6'ON Materials May 20, 2015 Project Number: 15-3003 (dba of rpM QevalOPMortf:GOrp.j I I SCHEDULE I - 109`h AVE SE ASPHALT OVERLAY (SE 248`h ST - SE 256"' ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. 2UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization (Schedule I) $30l4W:0 $ 3014W,00 WSDOT LUMP SUM Per LS 1005 2-02.5 200 Saw Cut Existing Asphalt $ 2. l5 $ 430, 00 * KSP LN FT Concrete Pavement Per LF 1010 2-03.5 330 Roadway Excavation Incl. $ 05 $ 5 2 qro. 50 * WSDOT CU YDS Haul Per CY 1015 2-03.5 190 Unsuitable Foundation $ 25,00 $ 41-750,0® * WSDOT CU YDS Excavation Incl. Haul Per CY i I 1020 2-02.5 5155 Remove Existing Asphalt $ 5. 60 $ 20 969,00 * KSP SQ YDS Concrete Pavement Per SY 1025 2-02.5 110 Remove Cement Concrete $ 57,00 $ 61270 ,00 * KSP SQ YDS Sidewalk Per SY 1030 2-02.5 120 Remove Cement Concrete $ 12. .00 $ 17#210,CO * KSP LN FT Curb and Gutter Per LF 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. 2015 Asphalt Overlays/Arauct0 6 May 20,2015 Project Number: 15-3003 9t at C.PM D0N1"l0Pn)r,�nt Corgi.) SCHEDULE I - 109"AVE SE ASPHALT OVERLAY (SE 248" ST - SE 256" ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 1035 4-03.5 150 Gravel Borrow, Including Haul $ 19,00 $ 21'350100 * KSP TONS and Compaction Per TON 1040 4-04.5 710 Crushed Surfacing Top $ 33.00 #2-311430100 * KSP TONS Course, 5/8Inch Minus Per TON 1045 5-04.5 38 E-Z-Street Mix for Temporary $ 163, 00 $ * KSP TONS Pavement Patch Per TON 1050 5-04.5 3690 Planing Bituminous Pavement $ 2.70 $ R,ct63.0® * KSP SQ YDS Per SY 1055 5-04.5 8985 Fabric Reinforcement $ 3.25 $ 29,201. 25 * KSP SQ YDS Per SY 1060 5-04.5 1700 HMA Class 1/2", PG 64-22 $ 70 ,00 * KSP TONS Per TON 1065 8-14.5 2 Cement Concrete Sidewalk $ C?28r06 $ k 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. 220155 AsNum 6eOve la 3 0aucbD '�(:;Oter. �j;,}2Q6"+1?:dg May 20,2015 Projectydl7 n4 CFI I evehpment nrp.l SCHEDULE I - 109`h AVE SE ASPHALT OVERLAY (SE 248`h ST - SE 256" ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY PRICE AMOUNT 1070 8-14.5 2 Cement Concrete Sidewalk $/j3co,00$ 21600,60 KSP EACH Ramp Type Single Direction A Per EA 1075 8-04.5 120 Cement Concrete Curb and $ /7. 50 $ :2/ 100,00 * KSP LN FT Gutter Per LF 1080 8-04.5 125 Pedestrian Curb $ f 7, ®o $ 2/ /25,6 * KSP LN FT Per LF 1085 8-14.5 65 Cement Concrete Sidewalk $ 37 5D $ 2, .56 * KSP SQ YDS Per SY 1090 7-12.5 19 Replace Existing Valve Box $ g45•60$ '3�455,DU * KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade 1095 7-05.5 3 Adjust Existing Manhole $ 4)0 W $ 1�230�b0 * KSP EACH Frame and Coverto Finished Per EA Grade 1100 8-13.5 4 Install New Monument,Case $ 7L10,60 $ 11766A0 * KSP EACH Riser to Finished Grade Per EA i 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. 2015 Asphalt Overlays/Araucm 8 1CO3d Matc--6,.45 May 20,2015 Project Number: 15-3003 ��ra ad vm Dovetonrneni Gem.) SCHEDULE I - 1091h AVE SE ASPHALT OVERLAY (SE 2481h ST - SE 2561h ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1105 8-13.5 3 Adjust Existing Monument $ 302,00 $ q(y.' 0 * KSP EACH Case Coverto Finish Grade Per EA 1110 1-10.5 1,200 Traffic Control Labor $ S0,00 $ 6p�00D,� * KSP HOURS PerHR 1115 1-10.5 150 Traffic Control Supervisor $ 60,00 $ * KSP HOURS Per HR 1120 1-10.5 1 Temporary Traffic Control $ �,200,60$ 4,200.00 KSP LUMP SUM Devices (Schedule I) Per LS 1125 1-10.5 100 Portable Changeable Message $ /'20 GU $ 177GiGY�,L23 * KSP DAYS Sign (PCMS) Per DAY 1130 1-10.5 25 Sequential Arrow Sign (SAS) $ 30,00 $ 750,00 * KSP DAYS Per DAY 1135 8-22.5 1 Permanent Channelization $91483,05$ 9/g83,05 KSP LUMP SUM (Schedule I) Per LS The description of this bid item is identical to a bid item(s) found in morethan one * schedule. In accordancewith the CONTRACT PROPOSAL- NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 2015 Asphalt Overlays/Araucb 9 ii�1G�° ida9eNu&1., May 20, 2015 Project Number: 15-3003 Wbs 04 C9M 1)0610(r'Snf"�' ' SCHEDULE I - 1091h AVE SE ASPHALT OVERLAY (SE 248`h ST - SE 256`h ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1140 8-01.5 40 Inlet Protection $ 1�6,00 $ * KSP EACH Per EA 1145 8-01.5 50 ESC Lead $ 56,CO $ 2/8D0+DD * KSP HOURS Per HR 1150 8-01.5 100 Street Cleaning Sweeping $ l32 DD $ �ZOO,DD * WSDOT HOURS Per HR 1155 1-07.15(1) 1 SPCC Plan $/1600•00$ /./600,00 KSP LUMP SUM Per LS 1160 8-01.5 1 Temporary Erosion/Water $5,000.00** $5,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT **Common price to all bidders 1165 1-04.4(1) 1 Minor Changes $5,000.00** $5,000.00 WSDOT CALC Per CALC **Common price to all bidders The description of this bid item is identical to a bid item(s) found in morethan 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 I Total $ 4101 2015 Asphalt Overlays/AraucbD 10 !� Nl a8�4"M1a}s May 20, 2015 Project Num ber: 15-3003 (dua oq CpN'n DepralntmKnf Corp i SCHEDULE II - 118"AVE SE ASPHALT OVERLAY (SE 2515` ST- SE 256`h 5T) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000 1-09.7 1 Mobilization (Schedule H) $_1:2i500'11% ;?,;?/ WSDOT LUMP SUM Per LS 0 Saw Cut Existing As 2 i 5 $ 2005 2 02.5 95 g halt � $p * KSP LN FT Concrete Pavement Per LF 2010 2-03.5 275 Roadway Excavation Incl. $ 16•0-55 $ j� z}13. 75 k WSDOT CU YDS Haul Per CY 2015 2-03.5 25 Unsuitable Foundation $ 2-5,00 $ 625. DO * WSDOT CU YDS Excavation Incl. Haul Per CY 2020 2-02.5 825 Remove Existing Asphalt $ 560 $ y,60?0160 * KSP SQ YDS Concrete Pavement Per SY 2025 2-02.5 420 Remove Cement Concrete $ 57, 00 $ ,2 9,t16, 60 * KSP SQ YDS Sidewalk Per SY 2030 2-02.5 755 Remove Cement Concrete $ /o?'00 $ 9,®60: &V * KSP LN FT Curb and Gutter Per LF 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. 2015 Asphalt Overla s Ara uctn 11 Y Ma 20, 2015I, Project Number: 15Y 003 (dl} ��i GPR�h Clevei r6"� SCHEDULE II - 118"AVE SE ASPHALT OVERLAY (SE 2515' ST- SE 256"'ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY PRICE AMOUNT 2035 4-03.5 50 Gravel Borrow,Including Haul $ 19,00 $ 9.'5-0-00 * KSP TONS and Compaction Per TON 2040 4-04.5 160 Crushed Surfacing Top $ 33,00 $ :51 290+00 * KSP TONS Course, 5/8Inch Minus Per TON 2045 5-04.5 34 E-Z-Street Mix for Temporary $ /63.60 $ 5; 60 * KSP TONS Pavement Patch Per TON 2050 5-04.5 4,100 Planing Bituminous Pavement $ a470 $ 1107040 * KSP SQ YDS Per SY 2055 5-04.5 6,530 Fabric Reinforcement $ 3 ,25 $ Z f, 222, S0 * KSP SQ YDS Per SY 2060 5-04.5 900 HMA Class '/2", PG 64-22 $ `70,00 $ 63R * KSP TONS Per TON 2065 8-14.5 20 Cement Concrete Sidewalk $ 928,00 $ /g- "560,6 * 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. 2015 Asphalt Overlays/Araucm 12 , o; j M we0; May 20, 2015 Project Number: 15-3003 �C kA©E9lop:rngai t,oip.j SCHEDULE II - 118"AVE SE ASPHALT OVERLAY (SE 251s` ST- SE 256" ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2070 8-04.5 755 Cement Concrete Curb and $ /,?,50 * KSP LN FT Gutter Per LF 2075 8-04.5 715 Pedestrian Curb $ /7., 0 $ /�� 155, 40 * KSP LN FT Per LF 2080 8-14.5 140 Cement Concrete Sidewalk $ 3T-'Z $ 5712S0,00 * KSP SQ YDS Per SY 2085 7-05.5 1 Replace Existing Catch Basin $ 790,00 $ 780,00 * KSP EACH Frame and Grate and Adjust Per EA to Finished Grade 2090 7-12.5 12 Replace Existing Valve Box $ S,do $ $-3VO,00 * KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade i 2095 7-05.5 E Adjust Existing Manhole $ �1/I00 $ 3/296, 60 k KSP EACH Frame and Coverto Finished Per EA Grade 2100 8-13.5 1 Install New Monument,Case $ � 'o0 $ /f,LD. 00 * KSP EACH Riser to Finished Grade 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. 2015 e5 uctro 13 ( �me1t;l>k.CCirNay 20,2015 rttNumber: 1303 (tbo y ,1 M SCHEDULE II - 118"AVE SE ASPHALT OVERLAY (SE 2516` ST- SE 256" ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2105 8-13.5 9 Adjust Existing Monument $ 30R,60 $ ,?17/9,00 * KSP EACH Case Coverto Finish Grade Per EA 2110 1-10.5 900 Traffic Control Labor $ so,00 $ L151 d6)0,60 * KSP HOURS Per HP 2115 1-10.5 300 Traffic Control Supervisor $ 60,60 $ /516V0,60 * KSP HOURS Per HR 2120 1-10.5 1 Temporary Traffic Control $ 31000,60$ 31600,06 KSP LUMP SUM Devices (Schedule II) Per LS 2125 1-10.5 100 Portable Changeable Message $ 740,00 $ 7/000 M * KSP DAYS Sign (PCMS) Per DAY 2130 1-10.5 25 Sequential Arrow Sign (SAS) $ 3 6,60 $ '750,00 * KSP DAYS Per DAY I, I i 2135 8-22.5 1 Permanent Channelization $3/zd0'W$ 32o0,66 KSP LUMP SUM (Schedule II) Per LS The description of this bid item is identical to a bid item(s) found in morethan 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. 2015 Asphalt Overlays/Araucto 14 lis ��� YU'd4315 ay 20, 2015 Project Num ber: 15-3003 �b� 1 CAM I eveVop Went G=�, SCHEDULE II - 118"AVE SE ASPHALT OVERLAY (SE 251s` ST- SE 2561h ST) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2140 8-01.5 32 Inlet Protection $ -,16;Do $ /��7a•0O * KSP EACH Per EA 2145 8-01.5 50 ESC Lead $ $6,100 $ 21900,60 * KSP HOURS Per HR 2150 8-01.5 100 Street Cleaning Sweeping $ /.�•00 $ 13a(.b 00 * WSDOT HOURS Per HR I 2155 8-01.5 1 Temporary Erosion/Water $5,000.00** $5,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT **Common price to all bidders 2160 1- 1 Minor Changes $5,000.00** $5,000.00 04.4(1) CALC Per CALC WSDOT **Common price to all bidders The description of this bid item is identical to a bid item(s) found in morethan 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 $ `— i �� i 2015 Asphalt Overlays/Araucb 15 8uR4. d'4ru°'"'� May 20, 2015 Project Number: 15-3003 SCHEDULE III -118`h PL SE ASPHALT OVERLAY (SE 2561h ST - approx. 600 ft South of SE 256`h PL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3000 1-09.7 1 Mobilization (Schedule III) $�2a'560,W$ a,q, 5Z,60 WSDOT LUMP SUM Per LS 3005 2-02.5 680 Saw Cut Existing Asphalt $ 2, /5 $ 1156a,60 * KSP LN FT Concrete Pavement Per LF 3010 2-03.5 200 Roadway Excavation Incl. $f6105 $ 51Z10, b0 * WSDOT CU YDS Haul Per CY 3015 2-03.5 25 Unsuitable Foundation 'Z5,b0 &25'oo * WSDOT CU YDS Excavation Incl. Haul Per CY 3020 2-02.5 655 Remove Existing Asphalt $ 5,60 , * KSP SQ YDS Concrete Pavement Per SY gB3 &(O8,00 3025 2-02.5 280 Remove Cement Concrete $ 5-7 ,00 $ 15�%C),00 * KSP SQ YDS Sidewalk Per SY 3030 2-02.5 510 Remove Cement Concrete $ /v{ ,0O $ ro7 D0 * KSP LN FT Curb and Gutter Per LF 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. 2015 Asphalt Overlays/Ara uctn 16 ,May a 20, 2015 Project Num ber: 15-3003 SCHEDULE III -118`h PL SE ASPHALT OVERLAY (SE 2561h ST - approx. 600 ft South of SE 256`h PL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3035 4-03.5 40 Gravel Borrow, Including Haul $19•00 $ 760,00 * KSP TONS and Compaction Per TON 3040 4-04.5 125 Crushed Surfacing Top $ 33,00 $ 4/1a5,00 * KSP TONS Course, 5/8 Inch Minus Per TON 3045 5-04.5 50 E-Z-Street Mix for Temporary $ 16 3,00 $ S�/570,00 * KSP TONS Pavement Patch Per TON 3050 5-04.5 4,830 Planing Bituminous Pavement $ ?,70 $ 1310 ell,D * KSP SQ YDS Per SY 3055 5-04.5 6,540 Fabric Reinforcement $ 3125 $ 2117$$, 00 * KSP SQ YDS Per SY 3060 5-04.5 900 HMA Class '/2", PG 64-22 $ `70,00 $ 6,31 OQ"O * KSP TONS Per TON 3065 8-14.5 14 Cement Concrete Sidewalk $ 92S, 60 $ /2t99o2, oD * 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. 2015 Asphalt Overlays/Araucto 17 IC ..iN �eOY➢d15 Project Number: 15-3003 1lbk la`,'(C43M�ev�lopEr��r¢�c3T..May 20, 2015 SCHEDULE III -118`h PLSE ASPHALT OVERLAY (SE 256`h ST - approx. 600 ft South of SE 2561h PL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3070 8-04.5 510 Cement Concrete Curb and $ 17, 510 $ F/ 925. 60 * KSP LN FT Gutter Per LF 3075 8-04.5 505 Pedestrian Curb $ 17,00 $ 9 585, 00 * KSP LN FT Per LF 3080 8-14.5 85 Cement Concrete Sidewalk $ 37.50 $ 3/ IF7, 50 * KSP SQ YDS Per SY 3085 7-05.5 4 Replace Existing Catch Basin $ 7804co $ 311a0'00 * KSP EACH Frame and Grate and Adjust Per EA to Finished Grade 3090 7-12.5 10 Replace Existing Valve Box $ � 5'00 $ 7j�S1.00 * KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade 3095 7-05.5 10 Adjust Existing Manhole $ -11/4,00 $ y7 /00,OL * KSP EACH Frame and Coverto Finished Per EA Grade 3100 8-13.5 10 Adjust Existing Monument $ 30�,� $ 3� Oa0,06 * KSP EACH Case Cover to Finish Grade Per EA The description of this bid item is identical to a bid item(s) found in morethan 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. 2015 Asphalt Overlays/Araucto 18 '.` 9 °i�� ' rc }'May 20, 2015 Project Number: 15-3003 SCHEDULE III -118" PL SE ASPHALT OVERLAY (SE 2561h ST - approx. 600 ft South of SE 256th PL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3105 1-10.5 900 Traffic Control Labor $ 50.00 $ 'Y5, 000,00 * KSP HOURS PerHR 3110 1-10.5 300 Traffic Control Supervisor $ 60,0G $ B/OGb,do ;k KSP HOURS Per HR 3115 1-10.5 1 Temporary Traffic Control $ 41 gc, KSP LUMP SUM Devices (Schedule III) Per LS 3120 1-10.5 100 Portable Changeable Message $ I70'00 $ * KSP DAYS Sign (PCMS) Per DAY 3125 1-10.5 25 Sequential Arrow Sign (SAS) $ 30, L $ 750.00 * KSP DAYS Per DAY 3130 8-22.5 1 Permanent Channelization $-600,00$ 000 KSP LUMP SUM (Schedule III) Per LS 3135 8-01.5 30 Inlet Protection $ 1f(,DO $ 11390,00 * KSP EACH Per EA The description of this bid item is identical to a bid item(s) found in morethan 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. g- 1i4 2015 Asphalt Overlays/Araucm 19 ( 1 ,µq t , 1''r" May 20, 2015 Project Number: 15-3003 k� i i SCHEDULE III -118t" PL SE ASPHALT OVERLAY (SE 2561h ST - approx. 600 ft South of SE 256"PL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3140 8-01.5 50 ESC Lead $ 56,60 $ '?i 900,00 * KSP HOURS Per HR 3145 8-01.5 100 Street Cleaning Sweeping $13,:?,00 $ IF,ao0 do * WSDOT HOURS Per HR 3150 8-01.5 1 Temporary Erosion/Water $5,000.00** $5,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT **Common price to all bidders 3155 1-04.4(1) 1 Minor Changes $5,000.00** $5,000.00 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 III Total 2015u Asphalt O : 1 e 5 3003ucto 20 May 20,2015 2 DID SUMMARY Schedule I y �1I I� 2� JdC � Schedule II 3!3c) 2-3 I z Schedule III TOTAL BID AMOUNT l I® Unl 1 V Q4 rp ProjectNumber:e 15303uctn 21 ; i�:��(@,May 20, 2015 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 subcontractorin 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 forbid opening may disqualify your bid. Project Name: 2015 Asphalt Overlays Project Number: 15-3003 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE I (e Rob Meidinger 2015 Asphalt Overlays/Araucto 22 , y May 20, 2015 Project Number. 15-3003 {fit a CPiv9Dedelupinen4�onii SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: ICON Materials(dba of CPM Development Corporation) Project Name: 2015 Asphalt Overlays Project Number: 15-3003 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract,will subcontractfor performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself forthe 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 Electrical Subcontractor Name: 1a June 9,2015 Signature of Bidder Ro Meidinger Date 2015 Asphalt Overlays/Araum 23 May 20,2015 Project Number: 15-3003 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 STATELA WAS WELL ASSUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT AREAPPLICABLE 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 ownercity'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 contractorwho 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 forthe 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 j the bidder is not responsible to perform the contract workto 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 mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractorif the City determines that the bidder is not responsible to perform the contract work. 2015 Asphalt Overlays/Araucto 24 May 20, 2015 Project Nu m ber: 15-3003 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. COMPLETEAND SIGN THIS FORMAS PART OF YOUR BID. FAILURETO PROPERL Y COMPLETE THIS FORM MAY ALSO RESULTIN 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: ICOTtl, .rials(dba of CPM Development Corporation) NAME: Rob Meidinger ADDRESS: 1508 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 I 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 proofof applicable industrial insurance coverageforyour 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 anysubsidiary 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 39.06.010or39.12.065 (3). 2015 Asphalt Overlays/Araucto 25 May 20, 2015 Project Number: 15-3003 i 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 39.12.065 (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. Rob Meidinger General ager/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 TowmAl W § ry,LY^�4S7t�1�t O ij n'' h &$CE y �v{lYV s��� x '' ii� _ I G i Y ��£ � ,�✓'1 y b txy ni- 10 V, dp - �", > OWN xP it ,� 4 9 „� ✓r xy a pi R w i.�'.t *µ ' ";�"a x ``� r t i #,t�'9 •`� ''��i Y ! E,: I MVP s Mj s x .a=. + A v x' k,r 4+Se'✓"+Y'.f'` v x t my �` t-L a `�, ", 1sI. ).y3t 3Y `yC T<: � � t n tea ,x f- _ k * pfi r Y`c'_ 9Y 4z*�y* i > 4 i ICON MATERIALS Page 1 of 4 v.• `:: klome Ininin en Espanol Contact Search L&I A-Zludex Help My Secure L&I Safety Claims& Insurance Workplace Rights Trades&Licensing Washington State Department of ''.. Labor & Industries ICON MATERIALS Owner or tradesperson E S711 BROADWAY PO BOX 3366 SPOKANE VALLEY,WA99220 Principals 206.676-3200 GAUGER,JAMES DEAN,PRESIDENT KING County 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:09/0412013) Doing business as ICON MATERIALS WA UBI No. Business type 601 006 864 Corporation Governing persons DAN W MURPHY J TIMOTHY MURPHY; MICHAEL K MURPHY; License Verify the contractor's active registration/license/certi0cation(depending on trade)and any past violations. Construction Contractor Active. -- Meets current requirements. License specialties GENERAL License no. ICONW*982CF Effective—expiration 02/0612002—0210712016 Bond FIDELITY&DEP CO OF MARYLAND $12,000.00 Band account no. 8876949 https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 5/28/2015 ICON MATERIALS Page 2 of 4 Received by L&I Effective date 0211212007 0210612007 Expiration date Until Canceled Insurance Liberty Mutual Ins Co $2,000,000.00 Policy no. TI12C81004095114 Received by L&I Effective date 0812912014 0910112015 Expiration date 0 910112 01 5 Liberty Mutual Ins Co $2,000,000.00 Policy no. TA2C8104095124 Received by L&I Effective date 0812612014 09/0112014 Expiration date 0 910112 01 5 Insurance history Savings '.. Nosavings accounts during the previous 6 year period. Lawswts,agamst the bond orsavings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts ..........................debts . No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts i may be recorded by other agencies. License Violations No license violations during the previous 6 year period. 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 -���-��----��--q workers'comp costs.No premiums due. Doing business as OLDCASTLE INC Estimated workers reported NIA L&I 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 1012 712 01 4 No violations Inspection no. 317399673 Location 1900 N.Sullivan RD Spokane Valley,WA 99216 Citation issue date 0810112014 No violations Inspection no. 317383644 Location ht(ps://secure.Ini.wa.gov/verif'y/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 5/28/2015 ICON MATERIALS Page 3 of 4 1-90 Mile Marker 257 Tyler,WA 99004 Citation issue date 0111312014 No violations Inspection no. 316892371 Location 1250 Denny Way Seattle,WA 98109 Citation issue dale 0110212014 Violations Inspection no. 316956804 Location Intersection of '. Sumner,WA 98390 Citation issue date 0 712 512 01 2 No violations Inspection no. 316308337 Location 201 Valley Mall Parkway East Wenatchee,WA 98802 Citation issue date 06118/2012 No violations Inspection no. 316260844 Location East of 413 Saddlehorn Ave Wenatchee,WA 98801 Citation issue date 0 110 612 012 No violations Inspection no. 316059220 Location 19th Ave and 27th Ave U.S.396 Kennewick,WA 99338 Citation issue date 01/0512012 No violations Inspection no, 315059204 Location 112 Factory Rd Sunnyside,WA 98944 Citation issue date 0110512012 Violations Inspection no. 316069170 Location 19th Ave and 27th Ave Kennewick,WA 99336 https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 5/28/2015 ICON MATERIALS Page 4 of 4 ... ... . .. . . . ..... . .... . .. Citation issue date 0 312 812 011 Violations Inspection no. 314797408 Location 902 Rocky Rd j Orting,WA 98360 Citation issue date 09111/2009 Violations Inspection no. 313574493 Location 922 North Carnahan Spokane Valley,WA 99212 rcJ Washington State Dept.of Labor 8 Industries.Use of this site is subject to the laws of the stale of Washington. https:Hsecure.Ini.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW= 5/28/2015 Employment tyre rt t WASHINGTON STATE Tax hate Notice ® ESD number. 000-618584-01-0 ® 23327 UBI number: 601-006-954 CPM DEVELOPMENT CORPORATION CPM DEVELOPMENT CORPORATION Mailing date: December 30, 2014 ® PO BOX 3366 If you want us to review your SPOKANE, WA 99220-3366 tax rate,the law says you must ® send us a request in writing by ® January 29, 2015. Your tax rate for 2015 will be 5.84%. Your new tax rate is the same as last year. Your tax rate is a regular taxable employer experience rate calculation. S it Unemployment Insurance(UI)tax rate based on experience 5.40% r You pay tax on an UI social cost rate 0.42% employee's wages UI Trust Fund solvency surcharge 0.000/0 b only up to the S 2615 taxable UI limit deduction(This deduction reduces your rate to the maximum rate.) 0.00% wage base: Subtotal of unemployment insurance rate 5.82% EmploymentAdministrative Fund (EAF) 0.02% $42,100 Total of.the above tax rates Your tax rate for 2015 is based on the following benefit charges and taxable wages. Experience Year Benefit Charges" 'Taxable Wages" 07/01/13- 06/30/14 $1,847,049.46 $24,842,587.13 07/01/12 - 06/30/13 $2,231,485.40 $24,830,630.50 07101/1) -06/30/12 $2,694,125.71 $27,739,269.60 07/01/10- 06/30/11 S2,702,996.48 $29,517,153.22 Total $9,475,657.05 S106,929,640.45 — 0.099337 Benefit Charges divided by Taxable Wages equals Benefit Ratio Based on your benefit ratio,you were assigned rate class 40. '"Benefit charges are your share of unemployment benefits that we paid to your former employccs. "Taxable wages are the total amount of your employees' wages on which you paid taxes. Please contact us if we can assist you. To learn more about how your tax rate is determined, please visit j esd_wa.eov lax-rates. For tax rate questions and corrections: For account questions: Employment Security Department Employment Security Department Experience Rating Unit AMC Olympia (Spokane) Y.O. Box 9046 PO Box 9046 Olympia, WA 98507-9046 Olympia, WA 98507-9046 360-902-9670 360-902-9202 fax 855-829-9243 800-794-7657 fax ID 1028(12/31109)EMS 174 Tax rate notice 2, ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 55 Years 2.2 How many years has your organization been in business under its present business name? 15 years 2.2.1 Under what other or former names has your organization operated? See Attached 2,3 If your organization is a corporation, answerthe following: 2.3.1 Date of incorporation: 7/26/1984 2.3.2 State of incorporation: Washington 2.3.3 President's name: James Gauger 2.3.4 Vice-presidents name(s): Ric Linares and Rob Meidinger 2.3.5 Secretary's name: Susan Devaney 2.3.6 Treasurer's name: Susan Devaney 2.4 If your organization is a partnership, answerthe 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, answerthe following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is otherthan 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 and Aggregate Minerals 3.2 List jurisdictions in which yourorganization's partnership ortrade name Is filed. Washington State Trade Name: ICON Materials 4. EXPERIENCE i 4.1 List the categories ofworkthat 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 2015 Asphalt Overlays/Araucto 26 May 20, 2015 Project Number: 15-3003 2.2.1 PAST COMPANY NAMES The current business name, ICON Materials, a Division of CPM Development Corporation has been in use since January 1, 2002. The company was formed April 1998 to purchase the assets and continue the operations of M.A. Segale, Inc. a Washington Corporation since 1960. ICON Materials, a Division of CPM Development Corporation Jan. 1, 2002 to Present ICON Materials, Inc. June 2000 to Dee 2001 Oldcastle NW, Inc., d/b/a M.A. Segale, Inc. April 1998 to June 2000 M. A. Segale, Inc. Startup 1960 to April 1998 it 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers?NO 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete construction contract?(If the answer is yes, please attach details.) NO 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 25+Minion (both) 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount,date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years:2014$70 Million,2013 $68 Million, 2012 $70 Million 2011 $123 Million, 2010 $66 Million 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your majorequipment. S. REFERENCES 5.1 Trade References: See Attached 5.2 Bank References: See Attached I 5.3 Surety: 5.3.1 Name of bonding company: Fidelity&Deposit Company of Maryland 5.3.2 Name and address of agent: Marsh USA Risk& Insurance Services, Inc 150 West South Temple, Suite 700 6. FINANCING Salt Lake City, UT 84101 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 2015 Asphalt Overlays/ArauctD 27 May 20, 2015 Project Number: 15-3003 ICON MATERIALS SAMPLE LISTING ASPHALT PAVING PROJECTS PROJECT NAME OWNER I GENERAL CONTRACT ANT CONTACT COMPLETION DATE Runway 16C/34C Reconstruction Scarsella/Acme JV $5,418,800 Dan Rivera 253 872-7173 Est, 10/15 Auburn Northcreek Poe Construction,Inc $247,812 Wayne Williams 253 939-2400 EST 9/15 South Park Industrial Terminal SEACON,LLC $2,301,498 Eric Reese 425 837-9720 5/15 Green River Filtration Project MidMountain Contractors $555,566 Greg Lovinger 425 202-3600 2/15 DCT Fife 45 Bldgs A&B Northway Construction $201,442 Jason Vandenberg 253 735-8100 3/15 Renwood Apartments Tarragon,LLC $203,657 Dave Henline 253 863-6200 10114 2014 Asphalt Overlay Project City of Federal Way $1,508,128 Jeff Huynh 253835-2526 8/14 Stewart Road/Thornton Ave City of Pacific $2,941,127 James Morgan 253 929-1100 EST 9115 2014 Asphalt Overlays City of Kent $1,606,003 Timothy LaPorte 253 856-5500 12114 1361h Ave&Valentine Ave SE City of Sumner $12,411,555 Ted HIII 253 299-5703 EST-9/16 South 188th Street Overlay City of SeaTac $730,407 Tor!Khlevnoy 206 973-4800 11/13 West Valley Highway Preservation City of Auburn $924,114 Seth Wickstrom 253804-5034 11/13 East Valley Hwy Resurfacing Phase 2 City of Sumner $594,385 Ted HIII 253 299-5703 10/13 Transportation Gateway Project SCI Infrastructure,LLC $607,250 Mark Scoccolo 206 242-0633 6114 "M"Street Grade Separation Scarsella Brothers Inc $617,268 Mike Wilson 253 872-7173 10113 2012 Overlay Project City of Tukwila $974,259 Robin Tischmak 206433-0179 9112 2012 Local Street Pavement SCI Infrastructure,LLC $216,850 Mark Scoccolo 206 242-0633 5/13 Reconstruction East Valley Hwy Resurfacing City of Sumner $1,258,003 Ted HIII 253 299-5703 9/12 Greenwood Ave North Gary Medina Construction $644,155 Brian Smedley 206-762-9125 03/10 DC/KSP Pavement Rehab The Boeing Company $735,250 Rock Moug 206-999-4139 12110 Stewart Rd Improvements Goodfellow Brothers $962.534 Mark Kaveny 425-432-2202 09/10 2009 Arterial&Collector Pave City of Aubum $1,387,819 Seth Wickstrom 253-261-2202 6110 Southcenter Parkway Extension Scarsella Brothers Inc $2,078,828 Bob Scarsella 253-872-7173 7/12 Runway 15/33 Resurfacing City of Renton $3,792,826 Ryan Zulauf 425-430-7471 10/09 Auburn Airport Taxiway City of Auburn $2,461,430 Don Barclay 425-741-3800 09/09 1-40515 to SR-169 Stage 2 Widening 1-405 Corridor Design Blurs $2,136,464 Chad Webley 425-496-2021 03/11 SR-181 James St to S 180th St Paving WA State DOT $2,827,036 Joshua Cheatham 253 872-2958 08108 Rehabilitation of Taxiway Bravo King County $9,567,000 Victor Daggs 206-423-1063 12108 1st Ave S Improvement Project Frank Coluccio Construction $1,592,334 John Mark 206-793-107D 10/08 2007 Asphalt Overlay City of Kent $1,342,115 Paul Kuehne 253-856-5543 10/07 2007 South County Overlay King County $4,816,110 Robert Lee 206-205-5231 10/07 2007 Auburn Citywide Overlay City of Auburn $990,545 Seth Wickstrom 253-804-5086 12107 2007 Arterial Asphalt Resurfacing City of Seattle $891,515 Robert Joyner 206-615-1557 10107 SR509 to 1-5/1405 Widening Tri-State Construction $1,463,428 Tim Hayner 425-465-2570 05109 "C"St NW Road Improv CP0601 City of Auburn $696,960 Mike Kamenzind 253-804-5083 11106 So.160th St Loop Ramp Mowat Construction Cc $5,000,270 Geno Jorgensen 425-398-0205 01109 Terminal 7 Redevelopment Port of Tacoma $10,333,500 Doug Saathof 253-383-9456 12/05 Terminal 115 Upland Pavement Repair SCI Infrastructure,LLC $1,402,330 Dave Jorgenson 253-218-0444 10/06 2005 Asphalt Overlays City of Kent $692,950 Pete Tenerelli 253-859-5543 09/05 2005 Citywide Asphalt Overlays City of Auburn $647,274 Seth Wickstrom 253-804-5086 11/05 f 2005 South King County Overlays King County $3,360,452 Paul Moore 206-423-1081 11/05 1-182 to Columbia Center I/C WA State DOT $30.473,330 Moe Davari 509-222-2402 08/07 Pierce Cnty Line To Tukwila Stage 4 WA State DOT $35,846,819 Mark Sawyer 425-649-4429 08/07 1-5 to No.Central Ave WA State DOT $1,769,199 Mark Sawyer 425-649-4429 05105 Fed Way S 317th Street WA State DOT $22,441,120 John Chi 206-764-6444 01106 Bremerton Airport Runway Port of Bremerton $3,361,970 Fred Salisbury 360-674-2381 10/05 2004 So County Overlays King County $1,909,066 Robert Lee 206-205-5231 11/04 KCIA Runway 13RI31L Gary Medino Construction f1!310,774 Jody Robinson 206-762-9125 09/05 2004 Runway Improvement City of Auburn $728,823 Larry Dahl 253 804-5062 09/04 ICON Materials was formed 04/3W98 to purchase the assets&continue the operations of M.A.Segale,Inc.,a WA corporalionsince 1960. Pre,.ASample List Asphalt Pmi(Rev.05115) ITEM 4.4&4.5 ICON Materials(dba of CPM Development Corporation) SAMPLE LISTING OF MAJOR PROJECTS,Third.2015 OWNERIGENERAL ENGINEER NAME/ AMR COMPLETION NAME/LOCATION PROJECT NAMEJLOCATION LOCATION CLASS OF WORK FINALAMT DATE CONTACT Gratling,Ufildes, City of Sumner Pammetdx Concrete,Electrical Ted Hill Summer,WA 136th Ave ElValartlne Ave Be Corridor Puyallup,WA (Signals) $12.411,555 Estimated 9/16 253299-5703 Excavation,Sawout, Paving, Shoring,Utilities, Gregg Takamura Catherine McIntosh De Watering $1,919.8851 PE Portof Tacoma OCT/NIMISIM Strom Water lmprovemer Port of Tacoma &Filtration $2,344.757 5115 2535924214 Excavation,SawmA, Paving, Shoring,Utild.r, Nathan Watson DeWatering,Forrest Tyler Symbol PE Port of Seal Terminal 46 Stormtrater Improvements Port of Seaille Water Treatment Vault $1.949,480 Estimated 6/15 206787-3177 Grading,Ulilties, City of Pacfc, Gary Richardson Concrete,Electrical James Morgan PacNc,WA Stewart Rd/fho,nton Ave Improvement!Cityof Pacific (Signals) $2.941,127 Estimated 8/15 253959-1115 [xcacatlon,Concrete, Cityof Kenl, Chad Bidder Utili0es,Paving,Grading, $1,601 Timothy LaPorte Kent,WA 2014Asphalt Ovedays Cityof Kenl Grinding $1,0901 4115 253856-5500 Paving,Grading,Utilities, Highpolnl St to SR410 GLMcKee Concrete,Electrical $2,139,175/ Hien Trinh Washingtoin Slate DOT Walson St Olympia,WA (Signals) $1.956,070 W15 206766-5600 li Excavation,Concrete, City of Federal Way 2014 Overlay Project Jeff Huynh Oddities,Paving,Grading, $1,508,1281 Jeff Huynh Federal Way,WA Various Locations 253835-2721 Grinding $1,396,669 3115 253835-2721 City of Sumner Paramehu Paving, $1,043,1661 Matt Kaslberg Sumner,WA Puyallup$Vast Oulfall RehoR Puyallup,WA Grading $1,112,151 ills 2536046600 Targa Sound Terminal Targa Tank Farm Phase 2 Nomvest Engineering $2,709.1401 Mike Lansford Port of Tacoma Pod mTacoma Portion,OR Site D.adinamen,Utilities $3,177.779 2115 253627-8155 Excavation,Utilities, City of Sumner City of Sumner Paving, $468,3851 Ted Hill Sumner,WA East Valley Hwy Resufacing-Phem1 Sumner,WA Grading $603,245 10/13 253299-5703 City of Tacoma Cityof Tacoma $2.513,4411 Mike Bell Tacoma,WA Tacoma Landfill Stage 3 Tacoma,WA Site Development,Ull $2,700,243 11113 253591-5304 The Boeing Company The Boeing Company Excavation,Grinding, $367,7871 Rock Moug Kent,WA Kent Site Paving Kent,WA Grading,Paving $374,987 11113 206657-0567 Paving,Grinding,Grading The Boeing Company DC Capital Pavement The Boeing Company ,Concrete,Electrical $623,371/ Rail Tukwila,WA Improvement Tukwila,WA (Loops) $1.01 B,117 11/13 206351-1744 City of Renton Taxiway B System Rehabililatern City of Renton Grade,Drainage,Paving $4,986,689/ Jonathan Wilson Renton,WA South Renton,WA Blectdcal(Lighting) $6,361,161 V15 425430-7477 Targa Sound Terminal Targa Tank Farm Phase 1 Norwest Engineer, $1,401 Mike Lansford Pori of Tacoma Port of Tacoma Portland,OR Site Development,Utilities $2,084632 1/13 253627-8155 City of Renton City of Renton $2,159,Kiii Jonathan Wilson Renton,WA Taxiway B System Rehabl0lation Renton,WA Grade,Drainage,Paving $2,269,893 7/13 425430-7477 Co Tacoma Water $6,707,9801 Tom Peterson Beattie,WA Green River Filtrated Facility Ravensdale,WA Site Development,Utilities $10,432,716 5115 206286-6697 Paving, City of BonnayLake Shea car,Jewell Grading,Storm Sewer $1,548,7391 John Woodcock Bonney Laks,WA SR4101Mein Bosky Island Or Olympia,WA ElacVical(Signals) $1,677,611 11/13 253447-4336 Page 1 R 1-."ar un--i urged-n e taev.1114) ICON Materials(dba of CPM Development Corporalion) SAMPLE LISTING OF MAJOR PROJECTS,Thru-2D15 OWNER/GENERAL ENGINEER NAME/ AMU COMPLETION NA 01GATION PROJECT NAMEILOCATION LOCATION CIASS OF WORK FINALAMT DATE CONTACT City of Maple Valley SR 169 Maple Valley Roadway City of Maple Valley Excavating,Grade,Paving $2,875,6851 Dan Mattson Maple Valley,WA Improvements Maple Valley,WA Eleclrical(Signals) $2,572,000 5113 425413-8800 City of Renton South Lake Washington Roadway Cityof Renton Excavating,Grade,Paving $1,797,891/ James Wilhoil Roger,WA improvements Renton,WA Electrical(Signals) $1,927,114 9/13 42543D-7319 City of Federal Way I-5 South Bound 320th St City of Federal Way Demo Excavating, $2,639,4271 Brian Roberts Federal Way,WA Off Ramp Federal Way,WA Asphall Paving $2,319,491 5112 253261-3843 WA State DOT WA Slate DOT $1,059,873; Rumina Seafoa Olympia,WA File Vicinity Paving Olympia,WA Asphall Paving $1,059,873 10111 253534-3101 The Boeing Company DCA<SP Pavement Rehab The Boeing Company Concrete&Asphalt $732,250/ Rock Moug Kent,WA Kent,WA Kent,WA Replacement $857,472 02/11 206-657-0867 AECOM Technical Demo,Excavating,PCC& Service Repair/Replace Runway 05123 PBS&J Asphalt Paving,Electrical $12,976,9031 Lea Ann Scholfeld Spokane,WA Fairchild Air Force Base Nashville,TN SyslerroUghts $14,634,934 10111 714-689-7194 Dame,Excavating,PCC& Poftof Portland Runway IOR-28L Rehabilitation HNTB Cmporalien Asphall Paving,Electrical $43,288.6951 Chieme Edwards Portland,OR Porlland international Airport Bellevue,WA Systems $39,776,000 10/11 5D3-415-6395 King County Taxiway Alpha Rehabilitation& URS Demo,Excavating, $16,477,610; Mark Bargain L. King County Intl Airport Related Work Seattle Asphall Paving $18,373,008 V13 206-296-7380 WAStab DOT 1-90 C/N7971 WA State DOT $14,807.1021 Bill Preston Olympia,WA Lk Easton Vic to Big Crk Vic EB Olympia,WA Excavating,Grace,Paving $15,715,710 10113 509-577-1511 Lehi txcavatng, Pod Of Bellingham Rehab Runway 16-34 ORS Asphalt Paving,Electrical $26,341,9551 John Hergesheimer Bellingham,WA Bellingham Intl Airport Staple,WA Systems $27,438,011 DEM1 360-676-2500 City of Renton Runway 15/33 Resurfacing UPS Asphalt Paving,Electrical $3,792,8261 Ryan Zulauf Renton,WA Cityof Renton Seattle,WA Systems $3.625,084 10/09 425430-7471 City of Auburn Auburn Airport Taxlway Reid Middleton Asphall Paving,Electrical $2,258,1931 Don Barclay Auburn,WA City of Auburn Everett,WA Systems $2,143,809 09109 425741-3800 I405 Corridor Design Bidr 140515 to SR-169 Stage WA State DOT $2,136,464; Chad Webley Renton,WA Widening Design Build Olympia,WA Asphall Paving $2,233,968 03111 425496-2D21 Pod of Seattle Runway 16-34R Reconstruct Pori of Seattle Engineers Eacavaling,Grade,Pave, $48,438,6211 Shetlands Alexandar Sea Tac lnPl Alryort MC 0315944 Seahle,WA Upended Signals 551,600703 their 206787AO92 Excavating,Grade,Pave, WA Also DOT SR90D CIN7553 WA State DOT Walls,Electrical S19,354.2117/ Dave Lindhn0 Olympia WA SE 701h 1.Newland Olympia,WA Slgnalsllle., 19,265,715 time 206-521-5624 WA State DOT SR 161 CIN 7563 WA State DOT Mark Sawyer Olympia,WA SR-167 Easlbomvl Ramp Olympia,WA Grade,Malnses,Paving $2.191,620 11108 421-649-0429 Asphall OvedayanI King County Rehab of Taxiway Bravo UPS Paved 9hmfldels,Elaeh ical indur Daggs Seattle,WA 000248007 S.sma,WA Signals $9,567,000 12108 206423-I063 WA State DOT SRA 81 CIN 7480 WASalo OCT Joshua Cbeathem Olympia,WA James St 1p A 1001h SI Olympia,WA Paving Ovode,Dreinagc $2.827036 sloe 253-BM-2958 Reheh Aephall Runway Pave Port of 01ympla Rpaway 17-MC/N 2008-004 Pod of Olympia Engineer and Drainage,Electrical Kevin Dragon Olympia,We Lineof Si91,1 hnpmvenant Olympia,WA Signals $4,746,40B 10100 due 528-6022 Bidnnger7Tri-Stale TV 405 Widening Design Build WA State DOT Jmnee Glei9 Rate voa,WA 1405,15 to SR 167 Olympia,WA Asphalt Paving $3,914,999 11109 425ASS-2570 Eedbwrk,Oman Drainage, renal Sid Runway 2007-08 Omen Poll of Seattle Eddins— Cenral.Runway Peve, Seattle,WA POS CIN MC0314114 Seattle,WA Asphalt Pass,MSE Wall. Stophanle Alexander Eleabicel Signals $81,006.477 OT09 2067074092 Paga2 Pnnn"eAl ua melPmlwcentenx lRm ma) ICON MATERIALS (dba of CPM Development Corporation) CONSTRUCTION EXPERIENCE OF PRINCIPAL INDIVIDUALS Years of Name Position DM of Work Experience Rob Meidinger General Manager/VP Construction 18 Dave Basinger Operations Manager Construction 17 Chuck Johns EHS Manager Construction 15 Nicole Wilson Safety & Claim Admin Mgr Construction 10 Tim Shearer Production / QC Manager Construction 38 Gary Babick Grade/Pave Lead Super. Construction 40 Bill Johnson Construction Superintendent Construction 26 George Reynolds Paving Superintendent Construction 37 4.6 I I 1-13 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 Pup Trailer Sturdyweld 2001 14 Good Own 1 Booster w/ Pintle Hitch Superior 2010 1 Excellent Own 1 Detachable Lowboy Trailer 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 Ton 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 I 6 Excellent ;Own 1 1D Loader 824K 2011 New Excellent Lease 2 CAT Loaders 980K 2012 i NEW Excellent Lease 1 CAT Loader 972G 2000 14 Good :Own 1 CAT Loader 992M 2014 1 Excellent Lease 1 JD Backhoe Landscraper 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 773B 1981 30 Good ;Own 1 CAT Off-Hwy Dump Trucks 773E 2003 9 Good Own 1 CAT Grader 140H 2O04 7 Excellent Own 1 CAT Grader 14G 1985 26 Good ;Own Page 1 Major Items Equipment Detailed List 3-30-2015 Qty Description Model Model Yr Age Condition 1 Rahco Grader Rahco 2004 7 Excellent Own 1 Hitachi Mini Excavator 50ZTS 2005 6 Very Good ,Own 70 Maint. & Operation Vehicles Various New-16 p i Excellent lOwn 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 Sterling Transfer Dump Truck 2001 14 Good Own 1 Kenworth Dump Truck T800B 1997 14 Good Own 1 Mack Dump Trucks RD6885 1998 13 Good Own 2 Western Star Dump Trucks 49F/TM 2012 New Excellent Own 2 Western Star Tractors 49S/DS 2007 4 iGood Own 2 Western Star Lowboy Tractors 49005A 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 APS55E 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/Gencor Very Good Own 1 Complete Crushing Plant 300-1200 TPH Excellent_ Own 1 Cat Excavator 345D 2011 New Excellent Own 1 Cat Excavator 1336D 2011 New Excellent Own 1 Cat Excavator 320D 2011 New Excellent Own 2 CAT AC Rollers 1224B 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 2014 3 Excellent Lease 1 !CAT Mini Excavator 305E 2013 1 Excellent Own 2 13 Axle Tilt Trailers Dump Trk 1999 15 Good Own - - - - - - 1 2 Axle Lowboy Trlr _ Trail King 1999 15 Good 'iOwn 1 1 3 Axle Lowboy Trlr ITrailKing 1999 15 Good :Own Page 2 Major Items Equipment Detailed List 3-30-2015 CREDIT INFORMATION Name: ICON Materials,(dba of CPM Development Corporation) i Legal Entity: CPM Development Corporation Subsidiary of: Oldeastle Materials,hrc. Business Started: Oldcasde Materials,Inc. established 1978 Federal I.D. No.: 91-1272258 Duns No. 02-733-6650 Legal Entity UBI No. 601 006 854 Managers: ', Rob Meidinger, General Manager/VP , ICON Materials(dba of CPM Development Corporation) 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 Oldeastle,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 Jeff Caviness,Accounting Manager, to the address below. ICON Materials(dba of CPM Development Corporation) - I, Corporate Office 1508 Valentine Ave SE Pacific,WA 98 047-2 1 03 206-575-3200 Phone 206-575-3207 Facsimile ICONM**982CF An Equal Opportunity Employer 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whosefinancial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the co ntract fo r construction? 7. SIGNATURE 7.1 Dated at this 9th day of June 2015. Name of Organization: ICON Materials.Ldba of CPM Development Corporation) By: Rob Meidinger Title: General Manager 1 VP ') 7.2 Rob Meidinger , 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 9th day Eag` "4t`tdt 2015. Notary Public: 11,_.� r r . My Commission Expires: 6-29-e016lp ss d+0,a,, ge2g•rs �, s 2015 Asphalt Overlays/Arauct0 28 BI OF Vd +.a` May 20, 2015 Project Number: 15-3003 Ernst E Young Ter.+353 1 475 0555 Ey Chartered Accountants Fax;+353 1 475 0599 Harcourt Centre ey.corn Building a better Harcourt Street working world Dublin Ireland Washington State Department of Transportation PO Box 47360 Olympia Washington 98504-7360 CRH plc-CPM Development Corporation and Subsidiaries(dba Central Pre-Mix Concrete Co., Inland Asphalt Company, Wenatchee Sand&Gravel,Central Washington Concrete Co.,ICON Materials,Central Pre-Mix of Oregon, Interstate Concrete&Asphalt Company, Salem Road& Driveway,River Bend Sand&Gravel,Valley Concrete&Gravel, Egge Sand& Gravel, Klamath Pacific Company, KP Construction, Pave&Seal, Eugene Sand&Gravel,Bandon Concrete& Development, Green&White Rock Products, Viking Redi-Mix,Eugene Fleet Repair Co., Eugene Sand Construction inc, Eire Corporation) Year ended December 31,2014 Dear Sir, We act as Independent auditor to CRH plc ("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 Flaws have been correctly extracted from CRH pies full consolidated financial statements as of and for the year ended December 31, 2014 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 25, 2015. The Consolidated Income Statement, Consolidated Statement of Comprehensive Income, Consolidated Balance Sheet, Consolidated Statement of Cash Flows and consolidated financial statements of CRH pie are solely the responsibility of the directors of CRH pie. 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 pie. 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 pies consolidated financial statements'. Such separate financial information as of and for the year ended December 31, 2014 has been subjected to the auditing procedures applied In the context of our audit of the 2014 consolidated financial statements of CRH plc taken as a whole and is not therefore a separate component of CRH pies 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 pie as a body,to whom it is addressed, and Is laid before the Company's annual general meeting along with the CRH pie consolidated financial statements. 1 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. V 8eagln,E Cbarleton,ODalg G Deegan,D nlA eaid,G Hal..J Hiona FCCA,N Mody n.I Keaq,M Keane,K Melly,1111lywrtle,a MaquiM.E MaeManua.L MCCdW J Mafaa a(M FCCA F McNally.C Mulphy,f O'BeeRe FCCA,A D'teny FCG.P O'Nei 1,M Pur(el,D 0uian,GReld.H Stdhu US CPA,A,iannn,M Treacy,I Venney R Walla,e. ThPIIiSM1 Ikm EmHB YaunB I,a meblpe!preNre of Em518 You�CddDa lmeled.11 6 aufbal5edbyllle tr¢iHute el Charleretl Au nlante In IIBWnd I..,,on,n Slmenl W$lnees In IM1e Republic W Meland. EY Building a better working world 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. 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. rR Y Ernst&Young Dublin March 11, 2015 INDEX CRH plc SUMMARY FINANCIAL INFORMATION YEAR ENDED DECEMBER 31, 2014 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 DECEMBER 31, 2014 Consolidated Profit and Loss Account 5 Consolidated Balance Sheet 6 Note to Summarised Financial Information 7 I Consolidated Income Statement for the financial year ended 31 December 2014 2014 2013 Notes 6m Em 1 Revenue 18,012 18.031 2 Cost of sales (13,427) (13,163) Gross profit 6,485 4,878 2 Operating costs (4,668) (4,776) 1,3,6,E Group operating profit 917 100 1,4 Profit on disposals 77 26 Profit before finance costs 004 126 8 Finance costs (264) (262) 8 Finance Income 8 13 8 Other financial expense 142) (48) 9 Share of equity accounted investments'profit/(loss) 66 (44) 1 Profitl(loss)before tax 761 (215) 10 Income tax expense (177) (80) Group profiV(loss)for the financial year 694 (295) Profillioss)attributable to: Equity holders of the Company 682 (296) Non-controlling interests 2 1 Group profiV(loes)for the financial year 664 (295) 12 Basic eamingel(loss)per Ordinary Share 78.9c 140.60 12 Diluted eamings!(loss)per Ordinary Share 78.8c All of the results relate to continuing operations. Consolidated Statement of Comprehenslve Income for the financial year ended 31 December 2014 2014 2013 Notes fin Em Group profiV(loss)for the financial year 584 (295) Other comprehensive Income items that may be reclassified 10 profit or loss In subsequent years: Currency translation effects 699 (373) 24 Losses relating to cash flow hedges (6) (2) 593 (375) Items that will not be reclassified to profl or loss in subsequent years: 27 Remeasurement of retirement benefit obligations (414) 162 10 Tax on items recognised directly within other comprehensive income 69 (43) (3451 119 Total other comprehensive income for the financial year 248 (256) i Total comprehensive Income for the financial year 832 551) Attributable to: Equity holders of the Company 830 (552) Nan-controlling interests 2 1 Total comprehensive Income for the financial year 832 559 N.Hartery,A. Manifold,Directors '... 1 Consolidated Salance Sheet as at 31 December 2014 2014 2013 Notes Em em ASSETS Noncurrent assets 13 Property,plant and equipment 7,422 7,539 14 Intangible assets 4,173 3,911 15 Investments accounted for using the equity method 1,329 1,340 16 Other financial assets 23 23 17 Other receivables a5 93 24 Derivative financial instruments 87 63 26 Deferred income tax easels 171 107 Total non-current asset 93,290 13,076 Current assets 16 Inventories 2,260 2,264 17 Trade and other receivables 2,644 2,516 Current income tax recoverable 15 26 24 Derivative financial instruments 15 17 22 Cash and cash equivalents 3,262 2,540 4 Assets held for sale 631 Total current assets 8,727 7,353 Total assets 22,097 10,429 EQUITY Capital and reserves attributable to the Company's equity holders '.. 28 Equity share capital 253 251 28 Preference share capital 9 1 28 Share premium account 4,324 4,219 28 Treasury Shares and own shares (76) (118) Other reserves 213 197 Foreign currency translation reserve 57 (542) Retained income 5,405 5,654 10,177 9,662 Non-controlling interests 21 24 Total equity 10,196 9,686 LIABILITIES Non-current liabilities 23 Interest-bearing loans and borrowings 5,419 4,579 24 Derivative financial instruments 3 34 26 Deferred income tax liabilities - 1,306 1,166 18 Other payables 257 289 27 Retirement benefit obligations 711 410 25 Provisions for liabilities 267 231 Total non-current liabilities 7,952 6,709 Current liabilities 18 Trade and other payables 2,894 2,764 Current income tax liabilities 154 151 23 Interest-bearing loans and borrowings "7 961 24 Derivative financial instruments 20 19 25 Provisions for liabilities 139 149 4 Liabilities associated with assets classified as held for sale 213 Total current liabilities 3,667 4,034 Total liabilities 11,819 10,743 Total equity and liabilities 22,097 20,429 N.Hartery,A Manifold,Directors 2 _ Consolidated Statement of Cash Flows far the financial year ended 31 December 2014 2014 2013 Notes Em Em Cash flows from operating activities Profitf(loss)before tax 761 216) 8 Finance casts(net) 297 9 Share of equity accounted Investments'result (55) 44 4 Profit on disposals (77) (26) Group operating profit 917 100 2 Depreciation charge 631 671 2 Amoriisation of intangible assets 44 54 2 Impairment charge 49 650 7 Share-based payment expense 16 15 Other(primarily pension payments) (66) (96) 19 Net movement on working capital and provisions 35 77 Cash generated from operations 1,626 1,471 Interest paid(including finance leases) (262) (269) Corporation tax paid (127) (110) Net cash inflow from operating activities 1,237 1,092 Cash flows from Investing activities 4 Proceeds from disposals 345 122 Interest received 8 13 Dividends received from equity accounted investments 30 33 '.. 13 Purchase of property,plant and equipment (436) (497) j 30 Acquisition of subsidiaries(net of cash acquired) (151) (336) 15 Other investments and advances (3) (78) 19 Deferred and contingent acquisition consideration paid (26) (105) Not cash outflow from investing activities 1232) (848) Cash flows from financing activities Proceeds from exercise of share options 22 19 Acquisition of non-controlling interests 11) (13) Increase in Interest-beefing bans,borrowings and linance leases 901 1,491 Net cash flaw arising from derivative financial Instruments (11) 64 26 Treasury/own shares purchased - (6) Repayment of interest-bearing loans,borrowings and finance leases (934) (586) 11 Dividends paid to equity holders of the Company (363) (367) 11 Dividends paid to non-controlling interests (4) (1) Net cash(outflow)finflow from financing activities (380) 601 Increase in cash and cash equivalents 625 945 Reconciliation of opening to closing cash and cash equivalents Cash and cash equivalents at 1 January 2,640 1,747 Translation adjustment 130 (52) Increase in cash and cash equivalents 625 645 22 Cash and cash equivalents at 31 December 3,295 2,640 Reconciliation of opening to closing net debt Net debt at 1 January (2,973) (2,909) 30 Debt In acquired companies (7) (44) 4 Debt in disposed companies 17 Increase in interest-bearing loans,borrowings and finance leases (901) (1,491) Net cash flow arising from derivative financial Instruments 11 (64) Repayment of Interest-bearing loans,borrowings and finance leases 934 586 Increase in cash and cash equivalents 025 845 Mark-to-market adjustment (3) 10 Translation adjustment (178) 77 20 Net debt at 31 December (2,492) (2,973) N.Hartery,A. Manifold,Directors 3 ( C CRH plc Note to Summary financial Information December 31, 2014 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, 2014 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 25, 2015. 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, 2014 will be sent to shareholders in April 2015 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, 2013 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, 2014 (U.S. dollars In thousands) Net sales $ 282,152 Cost of sales (181,251) Gross profit 100,901 Selling, general and administrative expenses (86,169) Operating profit 14,732 Other income (expense): Interest expense (4,675) Other income, net 2,862 Total other expense (1,813) Profit before income taxes 12,919 Provision for income taxes (5,090) Net profit $ 7,829 5 CPM Development Corporation and Subsidiaries (Ultimately a Wholly Owned Subsidiary of CRH plc, a Republic of Ireland Corporation) Consolidated Balance Sheet December 31, 2014 (U.S. dollars in thousands, except per share) Assets Current assets: Cash and cash equivalents $ 2,507 Trade and other receivables, net 32,567 Inventories, net 22,184 Total current assets 57,258 Property, plant and equipment, gross 334,317 Less: Accumulated depreciation (161,042) Property, plant and equipment, net 173,275 Goodwill 63,425 Other assets 332 Total assets $ 294,290 Liabilities and stockholder's equity Current liabilities: Accounts payable, accrued expenses and other liabilities $ 35,011 Total current liabilities 35,011 Other liabilities 1,598 Due to parents and affiliates 9,475 Stockholder's equity: Common stock, at nil par value; 100,000 shares authorized; 38,578 shares issued and outstanding Additional paid-in capital 89,485 Retained earnings 158,721 Total stockholder's equity 248,206 Total liabilities and stockholder's equity $294,290 6 CPM Development Corporation and Subsidiaries Note to Summarised Financial Information December 31, 2014 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 31,2014,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 pica. I 2 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 39.40,1, representing the aggregate of a 35%federal tax charge and a calculated average 4.4% state tax rate. 7 Ernst&Young Tel:+353)475 0555 EY Chartered Accountants Fax:+353 1 475 0599 Harcourt Centre ey.com Building a better Harcourt Street working world Dublin Ireland Washington State Department of Transportation PO Box 47360 Olympia Washington 98504-7360 CRH plc-CPM Development Corporation and Subsidiaries Mail Inland Asphalt Company;ICON Materials;and Interstate Concrete&Asphalt Company) Year ended December 31,2014 Dear Sir/Madam, We act as independent auditor to CRH PIC ("the Company°7, 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 pies full consolidated financial statements as of and for the year ended December 31, 2014 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 25, 2015. 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 PIC. 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 pies consolidated financial statements'. Such separate financial information as of and for the year ended December 31,2014 has been subjected to the auditing procedures applied in the context of our audit of the 2014 consolidated financial statements of CRH plc taken as a whole and is not therefore a separate component of CRH pies consolidated financial statements. Our audit of the consolidated financial statements of CRH pic 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 PIC as a body, to whom it is addressed, and Is laid before the Company's annual general meeting along with the CRH PIC consolidated financial statements. 1 For practical purposes the separate financial information included herein in respect of CPM Devefopm®nt '.. 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. VU lgB .t CNlklon,VDay.0OPCgan,0ri1CC1MM.G HVrMM J HigginE MCA,NNM,on.L Heoly.IA RwVe,0.11VI1y,TLiOfflAe,➢pWooir¢Ef4a[Afan,n L IA[CaW.J M[Corn¢[k MCA. r MW aw,CIdm4Ay,r O'HMlle FCC&A O'twry DrC4 P OYNeiR,M Pm[CII,➢OJinq G Fe,.N 5191u US CPA.A TiepGn.M TICa['p I Vemv,n N'alld[e, lac RCIIuWic.0 i,l!m fln51 E YWnq i5 a melnpel Fra[II[f of Ems!8 VV,In�pLLnl Li1n1ILd.II i5 euI�G115P0 Ly In(InS1iU,le 01 CnJllel[V P[COUnIdnI51n IrCIdn01V[city on InYeS:m<nl VIIMn(ii in IIIp p!helanV, m � EY Building a better working world 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 otherwise to the Washington State Department of Transportation or any interested. We and our employees shall have no liability whether In contract, negligence or relation to our audit of the financial statements of CRH plc. other third parties in '... 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 Devefopment 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. r Ernst&Young Dublin March 11, 2015 IND�k CRH pic SUMMARY FINANCIAL INFORMATION YEAR ENDED DECEMBER 31, 2014 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 DECEMBER 31, 2014 Consolidated Profit and Loss Account 5 Consolidated Balance Sheet 6 Note to Summarised Financial Information 7 I Consolidated Income Statement for the financial year ended 31 December 2014 Notes 2014 2013 €m Ern 1 Revenue 18,912 18.031 2 Cost of sales Gross profit _ (13,427) (13,153) 2 Operating co ,153 sts (4,668) (4,778) 1,3,5,6 Group operating profit 917 100 14 Profit on disposals 77 26 Profit before finance costs 994 126 6 Finance costs (254) (262) 8 Finance income 8 13 8 Other financial expense (42) (48) 9 Share of equity accounted investments,pros il(loss) 56 _ 144) 1 ProfiViloss)before tax 761 (215) 10 Income tax expense (177) ) Group profftf(loss)forthe financial year 584 (((6D80) Profiti(loss)attributable to: Equity holder;of the Company 682 (296) Non-controlling interests 2 1 Group profit/(loss)for the financial year 584 (295) 12 Basic earningsi(loss)per Ordinary share 78.9c 00,60 12 Diluted earningsi(iass)per Ordinary Share 78.8c (40.6c) All of the results relate to continuing operations Consolidated Statement of Comprehensive Income for the financial year ended 31 December 2014 2014 2013 Notes em ern Group profit/(Idss)for the financial year 684 (295) Other comprehensive income Items that may be reclassified to profit or loss in subsequent years: Currency translation effects 599 (373) 24 Losses refacing to cash flow hedges (6) (2) 583 Items that will not be reclassified to prolf or loss in subsequent years (375): 27 Remeasurement of retirement benefit obligations (414) 162 10 Tax on items recognised directly within other comprehensive income 69 (43) (345) 119 Total other comprehensive income for the financial year 248 (256) Total comprehensive Income for the financial year 832 (551) Attributable to: Equity holders of the Company 83D (552) Non controlling interests 2 1 Total comprehensive income for the financial year 832 (551) N. Harlery, A. Manifold,Directors 1 � f Consofidated Balance Sheet as at 31 December 2014 Notes 2014 2013 ASSETS con 6m I Non current assets 13 Property,plant and equipment 7,422 7,539 14 Intangible assets 4,173 3 911 15 Investments accounted for using the equity method 1,329 1,340 15 Other financial assets 23 23 17 Other receivables 85 93 24 Derivative financial instruments 87 63I, 26 Deferred income tax assets 171 101 Total non-current assets 13,290 13,076 Current assets 16 Inventories 2,260 2,254 17 Trade and other receivables 2,644 2,516 Current income tax recoverable 15 26 24 Derivative financial instruments 15 17 22 Cash and cash equivalents 3,262 2,540 4 Assets held for sale 939 Total current assets 8;727 7,353 Total assets 22,017 �20�429 EQUITY Capital and reserves attributable to the Company's equity holders 28 Equity share capital 253 251 28 Preference share capital 1 1 28 Share premium account 4,324 4,219 28 Treasury Shares and own shares (161 (118) Other reserves 213 197 Foreign currency translation reserve 67 (542) '. Retained income 5,405 5,654 10,177 9,662 ntr Non-coolling interests 21 24 Total equity u 10,198 9.686 LIABILITIES Non-curmnt liabilities 23 Interest-bearing loans and borrowings 5,419 4,579 24 Derivative financial instruments 3 34 26 Deferred income tax liabilities 1,305 1,166 18 Other payables 257 289 27 Retirement benefit obligations 711 410 25 Provisions for liabilities 267 231 Total non-current liabilities 7,952 6,709 Current liabilities 18 Trade and other payables 2,894 2,754 Current income tax liabilities 154 151 23 Interest-bearing loans and borrowings 447 961 24 Derivative financial instruments 20 19 25 provisions for liabilities 139 149 4 Liabilities associated with assets classified as held for sale _ 213 Total current liabilities 3,861 4,034 Total liabilities 11,819 10,743 Total equity and liabilities 22,017 20,429 N.Harlery,A. Manifold,Directors Z �l Consolidated Statement of Cash Flows for the financial year ended 31 December 2014 2014 2013 Notes Cm @m Cash flows from operating activities ProfilYloss)before tax 761 (215) 6 Finance costs(net) 208 297 9 Share of equity accounted investments'result (55) 44 4 Profit on disposals (77) (26) Group operating profit 917 100 2 Depreciation charge 631 671 2 Amortisation of intangible assets 44 54 2 Impairment charge 49 660 7 Shsre-based payment expense 16 15 Other(primarily pension payments) (66) (96) 19 Net movement on working capital and provisions 35 77 Cash generated from operations 1,626 1,471 Interest paid(including finance leases) (262) (269) Corporation tax paid 1127) (110) Net cash inflow from operating activities - 1,237 1,092 Cash flows from Investing activities '.. 4 Proceeds from disposals 345 122 Interest received 8 13 Dividends received from equity accounted investments 30 33 13 Purchase of property,plant and equipment (435) (497) $0 Acquisition of subsidiaries(net of cash acquired) (161) (336) 15 Other investments and advances (3) (78) 19 Deferred and contingent acquisition consideration paid (26) u (105) Not cash outflow from investing activities (232) (848) Cash flows from financing activities Proceeds from exercise of share options 22 19 Acquisition of non-controlling interests (1) (1 3) increase in interest-hearing loans,borrowings and finance leases 901 1,491 Net cash flow arising from derivative financial instruments Jill) 64 28 Treasurylown shares purchased - (6) Repayment of interest-bearing loans,borrowings and finance leases (934) (566) 11 Dividends paid to equity holders of the Company (363) (367) 11 Dividends paid to non-controlling interests (4) (1) Net cash(outflow)/inflow,from financing activities (380) 601 Increase in cash and cash equivalents ._625 845 Reconciliation of opening to closing cash and cash equivalents Cash and cash equivalents at 1 January 2,540 1,747 Translation adjustment 130 (52) Increase in cash and cash equivalents 625 845 22 Cash and cash equivalents at 31 December 3,295 2,540 Reconciliation of opening to closing net debt Net debt at 1 January (2,973) (2,949) 30 Debt in acquired companies (7) (44) 4 Debt in disposed companies 17 Increase in interest-bearing loans,borrowings and finance leases (901) (1,491) Net cash flow arising from derivative financial instruments 11 (64) Repayment of interest-bearing loans,borrowings and finance leases 934 586 Increase in cash and cash equivalents 625 845 Mark-to-market adjustment (3) 10 Translation adjustment (178) 77 20 Net debt at 31 December (2,492) (2,973) N. Hartery,A.Manifold,Directors 3 CRH plc Note to Summary Financial Information December 31, 2014 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, 2014 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 25, 2015. 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, 2014 will be sent to shareholders in April 2015 and will In due course be lodged with the Irish Stock Exchange and tiled with the Registrar of Companies in Ireland. The consolidated financial statements of CRH plc as of and for the year ended December 31, 2013 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 pfc, a Republic of Ireland Corporation) Consolidated Profit and Loss Account Year ended December 31, 2014 (U.S. dollars in thousands) Net sales $ 282,152 cost of sales Gross profit (181,251) 100,901 Selling, general and administrative expenses (86,169) Operating profit 14,732 i Other income(expense); Interest expense (4,675) Other income, net 2,862 Total other expense (1,813) Profit before income taxes 12,919 Provision for income taxes Net profit (51090) S 7,829 5 i I I, CPM Development Corporation and Subsidiaries (Ultimately a Wholly Owned Subsidiary of CRH plc, a Republic of Ireland Corporation) Consolidated Balance Sheet December 31, 2014 (U.S. dollars in thousands, except per share) Assets Current assets: Cash and cash equivalents $ 2,507 Trade and other receivables, net 32,567 Inventories, net Total current assets 22,184, 57258 Property, plant and equipment, gross 334,317 Less; Accumulated depreciation ,042(161 ) Property, plant and equipment, net 161,042 275 Goodwill Other assets 63,425 Total assets 332 $ 294,290 Liabilities and stockholder's equity Current liabilities: Accounts payable, accrued expenses and other liabilities 0,$ 35 %1 Total current liabilities 35,011 I Other liabilities 1,598 Due to parents and affiliates 9,475 Stockholder's equity: Common stock, at nil par value; 100,000 shares authorized; 38,578 shares issued and outstanding Additional paid-in capital 89,485 Retained earnings 8,72% Total stockholder's equity 15 15 94 Total liabilities and stockholder's equity $ 248,721 ,206 6 CPM Development Corporation and Subsidiaries Note to Summarised Financial Information December 31, 2014 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, 2C 14, 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 pl&. z For practicaf 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 PARENT FIRM ALLOCATION OF NET WORTH ANU GUARANTEE OF PERFORMANCE I, Oldcastle, Inc. represents that it is the parent firm of cwn Dmnbpmem Caryaa4onNNe mmm a.pneq cmm. Mmw 1CM aem rCPAn a Subsidiary Corporation. I 2. Oldcastle, Inc. is executing this guarantee for the purpose of obtaining the prequalification of CPM to allow CPM to submit bid proposals for the conshuction or improvement of State of Washington highways. 3. In consideration for the prequalification of CPM by the Washington State 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 April 1,2015 to March 31,2016 4. In the event that CPM is prequalified by the Washington State Department of Transportation,the parent firm Oldcastle, Inc. I allocates$ 35,000,000 of its net Worth to CPM 5. Oldcastle, Inc. further agrees to submit its financial statement with and as a part of the prequalification statement of CPM -l- Parent Firm Ail®cation of Net Wotth ' and Guarantee of Performance I I 6. The individuals executing this guwanwe are authorized to execute for and on behalf of their respective corporations. By: Title: C-F CORPORATION B Title: _ •vP- '� �Rrs/t / .ud STATE OF Georgia 1 ss County of Cobb 1 On this day personally appeared before me M i&1,L&f j 0'b IC41 }{j&k t f, to me known to be the individual(s)described in and who executed the within and foregoing instr unent,and acknowledged that.. -fla t v signed same as their free and voluntary act(s)and deed(s),for the uses and Purposes therein mentioned. GIVEN under my hand and official seal this day of March 2015 M. NOTARYK)BW COBS CUM,GEORGIA MY COMMISSION EWHB OCT.9,2015 Notary Public in and for the State of Georgia Notary Seal residing at Cobb County -2- PARENT FIRM ALLOCATION OF NET WORTH AND GUARANTEE OF PERFORMANCE 1, Oldcastle,Inc. represents that it is the parent firm of Interstate Concrete and Asphalt Company("Interstate") a subsidiary corporation. 2, Oldcastle, Inc. is executing this guarantee for the purpose of obtaining the prequalification of Interstate to allow Interstate to submit bid proposals for the construction or improvement of State of Washington highways. 3. In consideration for the prequalification of Interstate by the Washington State Department of Transportation, Oldcastle,Inc. does hereby irrevocably guarantee complete performance of any and all contracts hereafter awarded by the State of Washington to Interstate during the period April 1,2015 to March 31,2016 4. In the event that Interstate is prequalified by due Washington State Department of Transportation,the parent firm Oldcastle, Inc. i allocates $ 15,000,000 of its net worth to Interstate 5. Oldcastle, Inc. further agrees to submit its financial statement with and as a part of the prequalification statement of Interstate 1® Parent Firm Allocadon of Net worth and Guarantee of Performance 6. The individuals executing this guarantee are authorized to execute for and on behalf of their respective corporations. r Ala Title: C F:�(� CORPORATION Title: jn• VA —Tew ears STATE OF Georgia ss County of Cobb l On this day personally appeared before me )/Ylf r/2 G.4I 0 h1001 I to me known to be the individual(s)described in and who executed the within and foregoing instrument,and acknowledged that 4 !:4_signed same as their free and voluntary act(s)and deed(s),for the uses and purposes therein mentioned. GIVEN under my hand and official seal this day of March 2015 M.BURKE NOTARY PUBUC COBS COUNTY,GEORGIA MY COMMISSION EVIRES OCT.9,2015 Notary Public in and for the State of Georgia Notary Seal residing at Cobb County -2- PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within sixty (60) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the 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 &G 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: dune 9, 2015 (dba of CPM Development Corporation) NAMF,. DD R B. Signature Rob Meidinger General Manager-f-dP ' (Print Name and Title) 1508 Valentine Ave SE Address Pacific,WA 98047-2103 2015 Asphalt Overlays/Araucto 29 May 20,2015 Project Number: 15-3003 I,l CPM DEVELOPMENT CORPORATION Idvn~ 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 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 Central Pre-Min trade name. ' Prestress Co. .S`ignature Name and Title _ Inland Asphalt Co. Ric Linares,Regional President yo — Interstate Concrete Rob Meidinger,General Manager/Vice President &Asphalt Co. Tim Davis,Construction Division Managerr e ICON Materials Rick Maurstad, Senior Project Manager Wenatchee Sand and Gravel Central Washington Concrete r - Respectfully submitted, ,. Eugene Sand&Gravel CPM DEVELOPMENT CORPORATION Viking Redl•Min Susan L.Devaney C) Northwest Division CPO STATE OF WASHINGTON ) ) ss. Green&White COUNTY OF SPOKANE ) - Rock Products On this day personally appeared before me Susan L. Devaney, known to 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, Klamath Pacific Corporation for the uses and purposes therein mentioned. Bandon Concrete &Development SUBSCRIBED and sworn to before me this y da of r ' 2014. River BendEMy ('.c,,nm1gsJon � FR@ZZELL Si at re��of Notary Sand and Gravely putlic A`Y'Nl ��f?gir ,7�6'♦t��'J � ast"�figton Print or Type Name ofNotmy Exp�ites NOTARY PUBLIC in and for the State of Washington 19, 201B Residingat Sfev'elx5' cauh Salem Road 8 Driveway My Commission expires ona!Valley Concrete&Gravel I i 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 Maryalnd as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of Total Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves,their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2015 Asphalt Overlays/Project Number: 15-3003 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 9th DAY OF June 2015. ICON Materials(dba of CPM Development Corporation) PRINCIPAL Rob Meidin General Manager/VP Fidelity& Deposit Cc y,gf Maryla d ETY Karen Rhinehart Attorney-in-Fact 2D Received return of deposit in the sum of $ 2015 Asphalt Overlays/Araucto 30 May 20,2015 Project Number: 15-3003 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 Rob D.MEIDINGER, Karen RHINEHART 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 Vicc-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 28th day of October,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND V OVpa '�tt lNap4'q, 'Lb R7 SEAL O; S � E bl t 1aBs ` I,�y4o n:nP� 13`. , Assistant Secretary Vice President Michael McKibben Thomas O.McClellan State of Maryland City of Baltimore On this 28th day of October,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President,and MICHAEL MCKIBBF,N,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 instnunem 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 first above written, t It..r� L n nnnn i FI I 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. 2015 Asphalt Overlays Project Number: 15-3003 NAME OF PROJECT ICON Materials(dba of CPM Development Corporation) NAME OF BIDDER'S FIRM 4 Rob Meidinger SIGNATURE OF AUTHORIZED R�EPRESENTATIVE OF BIDDER 2015 Asphalt Overlays/Araucto 31 May 20,2015 Project Num ber: 15-3003 I 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 f for this Change Order -0- Working days Revised Time for Completion Working days 2015 Asphalt Overlays/Araucb) 32 May 20,2015 Project Num ber: 15-3003 ���s n4��s q 1�gV�IopMY�PO'-Cnf��' I 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 contracttime, 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 ]. LaPorte P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: !C'Uh Jl[`¢e4 xf 2015 Asphalt Overlays/A ra uchD 33 ��R»i7j C �ft!)r'd�InRsnene Corp,) May 20,2015 Project Num ber: 15-3003 i 'ON ulatepi Ev {6tra a4���nevelo�ment Carl.; BIDDER'S CHECKLIST The following checklist is a guideline to help the Contra ctormake 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: j Bid Document Cover Sheet filled out with Bidder's Name .....................[I Orderof Contents.....................................................................................[I. Order Invitationto Bid........................................................................................ . Contractor Compliance Statement ..........................................................EY Date.................................................................................................Ca] Have/have not participated acknowledgment .............................. Signatureand address....................................................................C� Declaration - City of Kent Equal Employment Opportunity Polity .........C� Dateand signature..........................................................................Cff AdministrativePolicy................................................................................[9° Proposal.................................................................................................... First line of proposal - filled in.......................................................cr Unitprices are correct ....................................................................13,/ Bid the same unit price for asterisk (*) bid items........................Gr Minimum bid prices are correct......................................................1 Subcontractor List (contracts over$100K)............................................[a/ Subcontractors listed properly.......................................................10' Signature.........................................................................................E� Subcontractor List (contracts over$1 million)........................................13' Subcontractors listed properly.......................................................E r Dateand signature..........................................................................C9 Contractor's Qualification Statement......................................................1 Complete and notarized..................................................................Cd1, ProposalSignature Page..........................................................................Q/ AllAddenda acknowledged........................................................... 0 Date, signature and address .......................................................... FRr BidBond Form ..........................................................................................93'. Signature, sealed and dated...........................................................Cg Powerof Attorney ..........................................................................C7 (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form ....................................................................1� Signature......................................................................................... ChangeOrder Form .................................................................................. Bidder's Checklist ..................................................................................... The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed afterthe Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2015 Asphalt Overlays/AralctD 34 May 20,2015 Project Number: 15-3003 BOND NO.9188370 a ,!�ViijjjEi 3 IiVVEo KNOW At_I Mt N RY 1 t If `.E ll i S' _motT M-ar :ial.s r 'ra ,t clri il vsici mFn t'c to ationl (h+,t ,rtirr�, tt;ra etntlrl ,ie�r'n ,l, a 9r I PideWy and Dagwlt Company of Maryland u f'Ui(epr�7tifN3ttr(inniz f,[i f:rtd CX-VT Cl t'nrlrli" the l,rvV°; or fit ii' `afatC C.f Washing to rr, as a Sureaty Ce>rpeil,ition art i cluallNul itruhn then WWS of Uui Statrz of VAnhinWon to Wol"t; W uty Igion toolup; faf Co tractor% with malt iniC Ip<il t orpatanttti aS 5ntety, It iciiratly and !,ovor:dly field and ti mly Munici to the CITY Of KI:NI in the plonal Burn of g; 1,089, MIS Lorin hi�r vvith any adju=strnenM, up or down, in the total contract prirx beer'Iuso of chancres in the contract vairk, for the itayinent of which suite oil dantrend ow hinri otnr elvrrs and (n„ succesnuev heir.,, radnurristratur s of personal relwes natives, as tfi ram: may be, hies obligation is entered into fit pursuan o of the statutos of tho State of �rishinyten, and tho Cudesand Wdinances of airs CITY or KENi , Nr•ve^rthoWn, thr cr;;nduoiln of Uip ribove ablation <aie !stark that: NIVIRTEAS, render rend pritsnint to if inotion, duly niode:, ,,ocondoc and pa,�,sed by the City t,eaun;a of the City of Kent, Kiny C umAy, V tw,hington, the M ayorof lice City of Kent has lut or is about to HE to the above bounden) Principal, a certain cunnact, tlrc �;Jfri coldrac fxoviding for i'on t7uctionof 2015 ,ftsphalt a�vor9ar �Jf=a cgs t to pees: 1 s-3003 (which contract is ieferrritt to hrare.in rand is mach• if part heroof .an though attached hefeto), and WHER A;, thie Pita: ipal h As accopfed, or is about to accefat, the contras, a;Ili mWertakin to pearfonn tho w(okthc.reein provldnd fear in this nunner arid within the time tsrt [utt.lc NOW, tHFIREFUra , (of non Fk;WAfa1o)eclsonly, if the i'rinctpii nhall fatthiritiy perforrn am the plovisuar, of Will r;antract In the manner and inrithin the tirne, herein get €010-1, ear 'A'0hin as rimy U chanted t. 4er the said � conti,act, .and shall prey net laboicTs, much3nios, subcorttractorsand nlatenul men, ,and ram jar r orrs with nlizill the Principal ur suhr.on[rart.ors vvitil provision, and supplitrs myth" a,raityinii on of said vdoTk and :hall indcinnify and Wild the I:;ITY Or KIN] nvarrnlw,N h orn any d n" agu or oxia nse by riar,son of failure of i7earfrorrr?,tnr e ray :,pecdu:cl in satri vorm act or Item 0,11TIq appearvig at developing in tile- rnaterkd err ?net�r} tYGsi SEalft ii't),e lr,�E°t; ni irnshlrnuhl uruir't ';a let Cr)r itr Ut�t, tf Rtn anri In diet. rever'lt ilrl'; r lig iinn ` hall I;r, void Inn cahavvi ;e it ~tram tv anal rcniak in full fore€a rind dint lk1 v�i'llkli `:: M/1 TIMM , dip ollum i> widen pailnc ilavu (�Yxoruterlthr, im,tntuienf aril=,i them sqvmole wnds, thie iwinin andt:orporateseal W rcgWA by lave) of uncli corpot atulintty v, 1kir o ra'IDN'd rani duty %itinc:d by its undersigned repr< i inalmv I ursivult tea 'millolily of fl rfov("iitirlcl hudy. t17Ur r Tr:a i� -:�,uc � �d5W.v N1 A)I ICON lt9aleliz+Is WWoi(J*1 �'G`Yt3i4'lll tit nl(}CIi9l�aliJ-_ Rob f eidinaer a 13enei:71 Ma '_P -. .. I 1,`� i i G*.� "� G�A..,� .. �.s1p✓d°J� ��f �t°�d�J d ` 4 l Ili FIDELITY AND DEPOSIT COMPANY OF MARYLAND i ✓ S 111.'( I�' ,� w s._--JUNE 22,2015 TINA DAVIS,ATTORNEY-IN-FACT 15 W.SOUTH TEMPLE,STE.700 SALT LAKE CITY, UT 84101 r ,+� �'I[r t i ,r, .ii . ,hint ` • dig`. !i u' RobMe-driger �`f i s°ci t l ' .:,I ' `i r,'," .,i `• ii; r„I 1C0(`d i�l�lr�i al5 {,if�a cf_GPM Dr•aEelcpme,n!! Coep) r .wry.��.r X.y. x �iSYYI�a^YT1TC?KTCTI ij T'{!Y.!'/P.L?EY�P Ric Linares, President I it SURETY ACKNOWLEDGMENT STATE OF UTAH } COUNTY OF SALT LAKE ) SS On this 22IND day of JUNE, 2015, 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. t t Notary Pull i 0.1 LISA ALNQtar tic state Of Utah tsl aeo Gomm. No.681511 Roy Qamm.Expires M 58,2018 I� 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 me 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 Linda NIPPER, 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 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 27th day of April,A.D.2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND eua¢ty wa cues,^ ............ q 0_- ,�,rt� tOBa, �( af� Secretary Vice President Michael McKibben Thomas O.McClellan State of Maryland County of Baltimore On this 27th day of April,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President, and MICHAEI.MCKIBBEN, 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 sauce, and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding imtmmcnt are the Corporate Seals of said Companies,and that the said Corporate Seals and die 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 band and affixed my Official Seal the day and year first above written tanm>ur, at1 r �44'is�% /rl�t/I(�Cl.i�� ���trip�IlP��♦ Maria D.Adamski,Notary Public My Commission Expires:July 8,2019 POA-F 020-8022W EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-iu-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 attorneys-in-fact with authority to execute bonds, policies, recognizanees, 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 die Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on 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 10th 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, thisZZNDday of JUNE 20 15. ,fV YEIa n - 1N5(�»M-s j 8BAL Gerald F.Haley,Vice President CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF !(ENT, a Washington municipal corporation ("City"), and ICON Materials (dba of CPM Development Corporation) or under the laws of the State of Washington located and doing business at 1508 Valentine Ave SE Pacifle,WA 98047 ("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: 2015 Asphalt Overlays/Project Number- 15-3003 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 sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract 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 Contractorto 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 contractsto 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. 2015 Asphalt Overlays/A ra ucto 37 May 20, 2015 Project Number: 15-3003 5. Contractorshall 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 attorneyfees, arising out of or in connection with the performance of this contract, exceptfor 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 4,24,11 5, 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 ePnission of airborne particles to the ambient air, environment within the City. 2015 Asphalt Overlays/AraucN 38 May 20, 2015 Project Number 15-3003 CITY OF KENT lrr BY: c y ' SU7-,ETT G OKE, MA OR DATES I ATTEST- RONAL 1 :MO E, CITY/CLERK APPROVED AS To FORM KENT LAW DEPARTMENT— CONTRACTOR BY: PRINT NAME: Rob MeidtngeX TITLE: General Manager/VP DATE: June 25, 2015 2015 Asphalt Overlays/Araucu> 39 May 20, 2015 Project Number: 15-3003 EXHIBIT INSURANCE I T FOR CONSTRUCTION PROJECTS Insurance The Contractorshail 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 $3,000,000per 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 are form CG 20 10 11 $5 or a foram 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' Com ensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Mirriramurrn Amounts of insurance Contractor shall maintain the following insurance limits: 1 . Comn-vercial General 1_sabilit 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 $3,000,000per 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. 2015 Asphalt.Overlays/Araucto 40 May 20, 2015 Project Number: 15-3003 EXHIBIT A (Continued) i 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 whatsoeverto 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. 2015 Asphalt Overlays/Araucto 41 May 20, 2015 Project Number: 15-3003 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. H. Subcontractors Contractorshall 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. 2015 Asphalt Overlays/Arauct0 42 May 20, 2015 Project Number: 15-3003 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. 'PHIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NO'PAMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.POLICY LIMITSARE NO LESS THAN THOSE LISTED ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL.SUBLIMIT'/LIMITS NOT LISTED BELOW, This is to Certify that I ICON Materials (a dba of CPM Development Corporation) NAME AND 1508 Valentine Ave SE ADDRESS Lible, Mutual. Pacific WA 98047 OF INSURED is,at the Issue date ofthis certificate,insured by the Company under the policy(ics)listed below. The insurance afforded by the listed policyocs)is subject to all their terms,exclusions and Conditions and is not uttered by any requirement,term or condition cf any cn Armt or odic,document rwidr respect to which this certificate may be issued. EXP DATE TYPE OF POLICY ❑CONTINUOUS POLICY NUMBER LIMIT OF LIABILITY [:]EXTENDED ❑POLICY TERM �'.. WORKERS 9/1/2015 WA7-C8D-004095-024 COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY LAW OF THE FOLLOWING STATES: COMPENSATION WC7-C81-004095-014 WA4Wll States except OH,ND, Bodily In my by Accident 1 000 000nabAcodcu -014:WI Bodily Injury By Disease 1 000 000 olcyLinat Bodily Injury By Disease 1 000 000 COMMERCIAL g/1/2015 TB2-C81-004095-114 General A,,egale t�GIENERAL LIABILITY $3,000,000 [21 OCCURRENCE -Per Project Aggregate included. Products/Completed Operations Aggregate $3,000,000 ❑CLAIMS MADE Each Ocuurmnee 2 000 000 AETRO DA'I'L+ Personal&Advertising Injury $2 000 000 Pcr Pcrsor/Organization Other Other Dame a to Premises Rented to Medical Exp:$5,000 You: 50 000 AUTOMOBILE 9/1/2015 AS2-C81-004095-124 Each Accident—SingleHouir LIABILITY $2,000,000 &1 And P.D.Combined Comp Ded. $10,000 Each Person d OWNED m NON-OWNED Coll Ded. $10,000 i� Each Accident or Occurrence HIRED Pool,Accident or Occurrence OTHER 09/01/2014 EW7-68N-004095-344 SIR$250,000 EXCESS WORKERS' 09/01/2015 (WA) EXCESS WC-$250,000,000(INCLUDES WA STOP GAP)/EL- li COMPENSATION& $750,000 EMPLOYERS'LIABILITY ADDH ZONAL COMMENTS RE: Project-2015 Asphalt Overlays 15-3003 City of Kent,their Agents,Representatives,Employees,and Subcontractors are listed as additional insured with regards to general liability and automobile liability,where required by written contract, Coverage is primary and non-contributory. Waiver of subrogation is included in favor of the additional insured,where required by written contract and where applicable by law. *tribe certificate expiration date is continuous or extended term,you will be notified ifcoveragc Is terminated or reduced before the certificate expiration dale. NOTICE OF CANCELLATION:(NOT APPLICABLE UNLESS ANUMBER OF DAYS IS ENTERED BELOW.) i Mutual BEFORE TJJL STATED EXEII2A'I'ION DATE THE COMPANY WILL NOT CANCEL. OR REDUCE THE Liberty INSURANCE AFFORDED UNDER 'I L ABOVE POLICIES UNTIL AT LEAST 30 DAYS NOTICE Insurance Group OF SUCH CANCELLATION HAS BEEN MAILED T0: Project-2015 Asphalt Overlays 15-3003 ,City of Kent /� � 1 T ^a'7 400 West Gowe stun Esposito Ko` Kent WA 98032 Pittsburgh/0387 AUTHORIZED REPRESENTATIVE z 12 Federal Street,Ste.310 Pittsburgh PA 15212-5706 412-231-1331 6/22/2015 '.. LOFFICE PHONE DATE ISSUED This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07-10 25196083 I Lm_44 19114-9111 - wet 1/s I xau,y 1--her 16/22/2o15 2:57:16 211 (eoa) i Page I of 1 LDI COI 268896 02 11 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIODIYYYYJ 06/2612015 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($), 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 A MARSH USA,INC. NAME TWO ALLIANCE CENTER o _ ( Ca PHONE FAX Nor _. . 3560 LENOX ROAD,SUITE 2400 E-MAIL ATLANTA,GA 30326 ADDRESS: INSURER(S)AFFORDING COVERAGE NAICN J34420-ICON-EX-14-15 INSURER A.American Guarantee&Liability Ins Co 26247 INSURED ICON MATERIALS INSURER B. dba GPM DEVELOPMENT CORPORATION INSURERC: 1508 VALENTINE AVE SE -------- - - - - PACIFIC,WA 98047 INSURER D _ INSURER E: INSURER F. .... -� - COVERAGES CERTIFICATE NUMBER: ATL-00388778G01 REVISION NUMBER:4 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. NTR TYPE OF INSURANCE ADOL S BR POLICY NUMBER MM70DnYri MM/DD YXYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $S- CLAIMMADE n OCCUR DAMAGE TO RENTED - PREMISES Fe occurrence)_ $ MED EXP(Anyone Person)_ $ -_..- ..._._. PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ POLICY JE� f LOC PRODUCTS-COMP/OP AGO $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea acdd.rt _ _ ANYAUTO BODILY INJURY(Per parson) $ ALL OWNED SCHEDULED BODILY INJURY(Per acdtlanl '$ AUTOS AUTOS _ ) NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accltlent)__--. A X UMBRELLA LIAB X OCCUR AUC655102505 09/01/2014 0910V2015 EACH OCCURRENCE _ F :_$ innn,n0n0n 1000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE 1,000,0ON$ PfoductslComp.Ops WORKERS COMPENSATION PER I I OTH- AND EMPLOYERS'LIABILITY YIN STATUTE_.......E_R_ ANY PROPRIETOSUPARTNETEXECUTIVE NIA E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? - --- (Mandatory In NH) E.L.DISEASE EAEMPLOYE $ If yes,describe under — - -- DESCRIPTIONOFOPERATIONSbeta. E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS)VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space Is required) RE:2015 ASPHLAT OVERLAYS 15-3003 CITY OF KENT,THEIR AGENTS,REPRESENTATIVES,EMPLOYEES AND SUBCONTRACTORS ARE IS(ARE)INCLUDED AS ADDITIONAL INSURED(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 400 WEST CROWE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN KENT,WA 98032 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee SRuvvsou.Tae� � ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER:TB2-C81-004095-1 14 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only with work, on the project (other than service, respect to liability for "bodily injury", "property maintenance or repairs) to be performed by or damage" or 'personal and advertising injury" on behalf of the additional insured(s) at the caused, in whole or in part, by: location of the covered operations has been 1. Your acts or omissions; or completed; or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the behalf; injury or damage arises has been put to its in the performance of your ongoing operations for intended use by any person or organization the additional insured(s) at rations other than another contractor or subcontractor designated above. engaged in performing operations for a principal as a part of the same project. However: C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law: and If coverage provided to the additional insured is 2. If coverage provided to the additional insured is required by a contract or agreement, the most we required by a contract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured will amount of insurance: not be broader than that which you are required 1. Required by the contract or agreement; or by the contract or agreement to provide for such additional insured. 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional whichever is less. exclusions apply: This endorsement shall not increase the This insurance does not apply to "bodily injury" or applicable Limits of Insurance shown in the "property damage" occurring after: Declarations. SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organization(s): Any owner, lessee, or contractor for whom you have Any location listed in such agreement agreed in writing prior to a loss to provide liability insurance Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Services Office Inc. 2012 CG 20 10 0413 W InsurancePage 7 of 1 POLICY NUMBER:TB2-C81-004095-1 1 4 COMNIERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROD UCTSICOMPLETEDOPERATIONS 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 is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included 1. Required b the contract or agreement; or in the products-completed operations hazard". 9 Y g However: 2. Available under the applicable Limits of 1. The insurance afforded to such additional Insurance shown in the Declarations; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is Limits of Insurance shown in the Declarations. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. SCHEDULE Name Of Additional Insured Person(s) Or Organizatlon(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 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 i i Policy Number TB2-C81-004095-114 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY—SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Person or Organization: Where required by written contract prior to a loss If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule that is an additional insured on this policy, this policy will apply solely on the basis required by such written agreement If the applicable written agreement does not specify on what basis the liability insurance will apply, this Insurance shall be excess over any other valid and collectible insurance available to the additional insured, whether such insurance is on an excess, contingent or primary basis. Condition 4 Other Insurance of Section IV is revised accordingly. LD 24 10 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER:TB2-C81-004095-1 1 4 COMI ERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSENENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- obligated to pay as damages caused by rences" under Section I - Coverage A, and for all "occurrences" under Section I - Coverage A, and medical expenses caused by accidents under for all medical expenses caused by accidents Section I - Coverage C. which can be attributed under Section I - Coverage C, which cannot be only to ongoing operations at a single designated attributed only to ongoing operations at a single construction project shown in the Schedule below: designated construction project shown in the 1. A separate Designated Construction Project Schedule below: General Aggregate Limit applies to each des- 1. Any payments made under Coverage A for ignated construction project, and that limit is damages or under Coverage C for medical equal to the amount of the General Aggregate expenses shall reduce the amount available Limit shown in the Declarations, under the General Aggregate Limit or the 2. The Designated Construction Project General Products-completed Operations Aggregate Aggregate Limit is the most we will pay for the Limit, whichever is applicable; and sum of all damages under Coverage A, ex- 2. Such payments shall not reduce any cept damages because of "bodily injury" or Designated Construction Project General "property damage" included in the "products- Aggregate Limit. completed operations hazard", and for medi- C. When coverage for liability arising out of the cal expenses under Coverage C regardless of "products-completed operations hazard" is prov- the number of: ided, any payments for damages because of a. Insureds; "bodily injury" or"property damage" included in the b. Claims made or"suits" brought; or "products-completed operations hazard" will reduce the Products-completed Operations Agg- . Persons or organizations making claims or c n outs". regate Limit, and not reduce the General Agg- regate Limit nor the Designated Construction 3. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the Designated Con- has been abandoned, delayed, or abandoned and struction Project General Aggregate Limit for then restarted, or if the authorized contracting that designated construction project Such parties deviate from plans, blueprints, designs, payments shall not reduce the General Ag- specifications or timetables, the project will still be gregate Limit shown in the Declarations nor deemed to be the same construction project. shall they reduce any other Designated Con- struction Project General Aggregate Limit for E. The provisions of Section III - Limits Of Insurance any other designated construction project not otherwise modified by this endorsement shall shown in the Schedule below. continue to apply as stipulated. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. CG 25 03 05 09 O Insurance Services Office, Inc-2008 Page 1 of 2 SCHEDULE Designated Construction Project(s): All Projects. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. i I i I I i I it I I CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 2 of 2 WAIVER OF OUR RIG14T TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury/covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Not applicable in Makes, Kentucky,New Hampshire, New Jersey MN Wording: This waiver does not apply to any right to recover payments which the Minnesota Workers Compensation Reinsurance Association may have or pursue under M.S.79.36. Schedule Where required by contract or written agreement prior to loss and allowed by law. I. the states of Alabama,Arizona,Arkansas, Colorado,Delaware,Georgia, Idaho, Illinois, Indiana,Kansas, Maine, Michigan.Minnesota, Mississippi, Missouri, Montana,Nevada,New Mexico, North Carolina,Oklahoma, Pennsylvania, Rhode Island,South Carolina,South Dakota,Vermont,West Virginia,the premium charge is 2%of the total manual premium,subject to a minimum premium of$100 per policy. In the states of,Connecticut,Florida, Iowa, Maryland, Nebraska,Oregon, the premium charge is 1%of the total manual premium subject to a minimum premium of$250 per policy. In the state of Hawaii,the premium charge is$879 and determinedas follows:The premium charge for this endorsement is 1%of the total manual premium, subject to a minimum premium of$250 per policy. In the state of Louisiana,the premium charge is 2%of the total standard premium subject to a minimum premiumof$250 per policy. In the state of Massachusetts,the premium charge is 1%of the total manual premium- In!the state of New York,the premium charge is 2%of the total manual premium,subject to a minimum premium of$250 per policy. In the state of Tennessee,no premium charge WC 00 03 13 m 1983 National Council on Compensation Insurance. Page 1 of 2 Ed.0410 1/1 9 8 4 In the state of Virginia,the premium charge is 5% of the total manual premium,subject to a minimum premium of$250 per policy. I Issued by Liberty Insurance Corporation 21814 For attachment to Policy No.WA7-CBD-004095-024 Effective Date Premium$ Issued to Oldeastle, Inc. WC 00 0313 0 1983 National Council on Compensation Insurance. Page 2 of 2 Ed.041D1/1984 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS.....................................1-1 1 -01 Definitions and Terms ..........................................................1 -1 1 -02 Bid Procedures and Conditions .............................................1 -2 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 -13 1 -07 Legal Relations and Responsibilities to the Public ...................1 -15 1 -08 Prosecution and Progress.....................................................1 -20 1 -09 Measurement and Payment....... .....................................--1 -24 1 -10 Temporary Traffic Control ....................................................1 -27 DIVISION 2 EARTHWORK........................................................2-1 2-02 Removal of Structures and Obstructions ...............................2-1 2-03 Roadway Excavation and Embankment ................................2-4 2-06 Subgrade Preparation ..........................................................2-4 2-07 Watering ..........................................-.................................2-5 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 8-13 Monument Cases.................................................................8-5 8-14 Cement Concrete Sidewalks.................................................8-6 8-22 Pavement Marking ...............................................................8-7 8-23 Temporary Pavement Markings ............................................8-11 2015 Asphalt Overlays/Araucto May 20, 2015 Project Number: 15-3003 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 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 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 1-0 1. 1 IS SUPPLEMENTED BY ADDING THEFOLLOWING: 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 BYADDING THEFOLLOWING: 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 DELETEDAND REPLACED WITH THEFOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 2015 Asphalt Overlays/Araucto 1 - 1 May 20, 2015 Project Number: 15-3003 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. 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. 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 made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETEDAND REPLACED WITH THEFOLLOWING: 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 solejudgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder'). 2015 Asphalt Overlays/ArauctO 1 - 2 May 20, 2015 Project Number: 15-3003 SECTION 1-02.2 IS DELETEDAND REPLACED WITH THEFOLLOW/NG: 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 DELETEDAND REPLACED WITHTHEFOLLOWING: 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 wvvw.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet 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 PARAGRAPHAND REPLACING WITH THEFOLLOWING: 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 DELETEDAND REPLACED WITHTHEFOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each 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 2015 Asphalt Overlays/Araucto 1 - 3 May 20, 2015 Project Number: 15-3003 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 CERTIFICATIONIS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONL YAPPL IES TOFEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETEDAND REPLACED WITH THEFOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordancewith 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 I S DELETEDAND REPLACED WITH THEFOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal 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 DELETEDAND REPLACED WITH THEFOLLOWING: 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 subproposalto 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. SECTION1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WI T14 THE FOLL 0 WING, 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2015 Asphalt Overlays/Amucto 1 - 4 May 20, 2015 Project Number: 15-3003 SECTION 1-02.14 IS REVISED BY DELETING ITEM3 AND REPLACING WITH THEFOLLOWING; 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 1S 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 "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRA CTA WARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETEDAND REPLACED WITH T14EFOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor,will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in 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 of the WSDOT standard specifications. If the successful bidder fails to provide these documents within this 1 0-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 1 0-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 2015 Asphalt Overlays/Araucto 1 - 5 May 20, 2015 Project Number: 15-3003 such areas and for any materials ordered before the contract is executed by the City. 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 1-03.7 IS DELETEDAND REPLACED WITH THEFOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contractor 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 DELETEDAND REPLACED WITHTHEFOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractorshall include all costs of doing the workwithin the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require workthat has no bid item price in the proposal form, the entire cost of labor and materials required to perform that workshall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BYADDING THE WORDS, "KENT SPECIAL 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 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 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 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 1 AND 2). 2015 Asphalt Overlays/Araucto 1 - 6 May 20, 2015 Project Number: 15-3003 SECTION I-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THEFOLLOWING: 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 DELETEDAND REPLACED WITH THEFOLLOWING: 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 THESECOND PARAGRAPHAND REPLACING WITH T14EFOLLOWING: 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 Contractorof his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETEDAND REPLACED WITH THEFOLLOWING: 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 Contractorwill obtain those permits before putting the site to its intended use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations for its staging and storage area. Before using any property as a staging or storage area (or for any other use), the Contractorshall thoroughly investigate the property for the presence of critical areas, 2015 Asphalt Overlays/ArauctO 1 - 7 May 20, 2015 Project Number: 15-3003 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. 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. 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. SECTION 1-04.11 I TEM2 IS DELETED AND REPLACED WITH THEFOLLOWING. 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 THELAST FOUR PARAGRAPHS. 1 -05.4 Conformity With and Deviations From Plans and Stakes 1 -05.8 City's Right to Correct Defective and Unauthorized Work If the Contractorfails 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 the use of City forces or other contractors. If the Contractorfails 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 workthe 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 2015 Asphalt Overlays/Araucto 1 - 8 May 20, 2015 Project Number: 15-3003 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 1-05.10 ISDELETEDAND REPLACED WITHTHEFOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.11 ISDELETEDAND REPLACED WITHTHEFOLLOWING: 1-05.11 Final Inspection 1-05.11 (1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractorshall 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 2015 Asphalt Overlays/Araucto 1 - 9 May 20, 2015 Project Number: 15-3003 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 Contractorwill then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractorshall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correctthe 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. 2015 Asphalt Overlays/Araucto 1 - 10 May 20, 2015 Project Number: 15-3003 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 Contractorshall 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. 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 THEFOLLOWING. 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1 -02.1 , the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractorshall designate the Contractor's project manager and superintendent for the contract work. 2015 Asphalt Overlays/ArauctD 1 - 11 May 20, 2015 Project Number: 15-3003 If at anytime during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THEFOLLOWING. 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: 2015 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. 2015 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. 2015 Plastic Markings Project consists of replacing Plastic markings at various locations throughout the City. 2015 Paint Line Markings Project consists of replacing paint lane line markings at various locations throughout the City. SECTION 1-05 IS SUPPLEMENTED BY ADDING THEFOLLOWING 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, 2015 Asphalt Overlays/AraucbD 1 - 12 May 20, 2015 Project Number: 15-3003 I unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BYADDING THEFOLLOWINGNEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractorshall be clear, sharp, high contrastcopies. Contractorshall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's nameand the name of Subcontractoror 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 (1 A, 1 B, 1 C, 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 Contractorshall 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 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 required for product information only. The Contractorshall 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. 2015 Asphalt Overlays/ArauctO 1 - 13 May 20, 2015 Project Number: 15-3003 1-06.6(3) Shop Drawings, Product Data, and Samples 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 Contractorshall makeand 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 Contractor. The Contractorshall 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 Contractorshall 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 Contractorshall 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. 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. 2015 Asphalt Overlays/Araucm 1 - 14 May 20, 2015 Project Number: 15-3003 i 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 RESPONSIBILITIESTO THE PUBLIC SECTION 1-07.1 IS DELETEDAND REPLACED WITHTHEFOLLOWING: 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. 2015 Asphalt Overlays/Araucto 1 - 15 May 20, 2015 Project Number: 15-3003 SECTION 1-07.2 IS DELETEDAND REPLACED WITH THEFOLLOWING: 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 amountthe 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 sewersystems 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 Contractorshall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; 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 2015 Asphalt Overlays/Arau= 1 - 16 May 20, 2015 Project Number: 15-3003 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 Contractorshall 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 Contractorshall 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 applied for the following permits: Construction Stormwater General Permit — WA Department of Ecology — anticipated to be granted early July 2015. Contractorshall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractorshall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractorshall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THEFOLLOWING PARAGRAPHAFTER 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 Contractwithin 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. 2015 Asphalt Overlays/ArauctD 1 - 1 7 May 20, 2015 Project Number: 15-3003 SECTIONI-07.13(3) ISDELETED IN ITSENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING.- 1-07.13(4) Repair of Damage The Contractorshall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractorshall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.15(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.15 (1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present only in one bid schedule, the lump sum payment for the "SPCC Plan" shall be full pay for all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PA RAGRAPH. 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 Contractorshall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING T14EFOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owneror 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 Contractorshall maintain the marks or a record of the location of buried facilities forthe duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 2015 Asphalt Overlays/Araucto 1 - 18 May 20, 2015 Project Number: 15-3003 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 costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall 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 forwater, gas, telephone, electric powerand 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. CenturyLink Comeast Nevie Jake Jerry Steele (253) 372-5368 (253) 288-7532 (425) 761-0471 (cell) (206) 391-1763 (cell) Puget Sound Energy Verizon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (253) 381-6714 (cell) (425) 766-1740 (cell) SECTION 1-07.18 IS DELETEDAND REPLACED WITH THEFOLLOWING: 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. 2015 Asphalt Overlays/Amucto 1 - 1 9 May 20, 2015 Project Number: 15-3003 1 -07.23 Public Convenience and Safety SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLL OWING NEW SECTION: 1 -07.23(1)A Traffic Restrictions on the Contract Work In addition to the requirements of Section 1-08.3(1),the Contractor shall comply with the following restrictions when performing work. Contractorshall keeptraffic lanes and shoulders clear of equipment and materials during non-working hours. Contractorshall not keep equipment and materials storedwithin 12 feet from the edge of the traveled way, 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 DELETEDAND REPLACED WITH THEFOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. SECTION 1-07.26 ISDELETEDAND REPLACED WITH THEFOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THEFOLLOWINGNEW 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 Contractorshall carefully study and compare the Contract and check and verify all pertinent figures shownand all applicable field measurements. The Contractorshall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. 2015 Asphalt Overlays/Araucto 1 - 20 May 20, 2015 Project Number: 15-3003 After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor,the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conferencethe following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETEDAND REPLACED WITH THEFOLLOWING: 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 Contractorshall not relieve the Contractorof the responsibility to completethe workwithin 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 workweek, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 2015 Asphalt Overlays/ArauctU 1 - 21 May 20, 2015 Project Number: 15-3003 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 Contractorshall apply in writing to the Engineer for permission to work those times. The Contractorshall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time maybe scheduled. Permission to work longer than an 8-hour period between 7:00 a.m, and 6:00 p.m. is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractorshall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: 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 by 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. 2015 Asphalt Overlays/Araucto 1 - 22 .May 20, 2015 Project Number: 15-3003 1 -08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is notable 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. 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 workwithin the times specified in the contract. SECTION 1-08.S IS REVISED BY DELETING THETHIRDPARAGRAPHAND REPLACING WITH THEFOLLOWING: 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 THEFIFTHAND SIXTH PARAGRAPHSAND REPLACING WITH T14EFOLLOWING: 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. 2015 Asphalt Overlays/Araucro 1 - 23 May 20, 2015 Project Number: 15-3003 If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is 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 1-08.7MAINTENANCEDURING SUSPENSION IS REVISED BY DELETING T14EFOURTHAND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THEFOLLOWING: 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 7 IS DELETEDAND REPLACED WI TH 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 THEFOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. 2015 Asphalt Overlays/Araucto 1 - 24 May 20, 2015 Project Number: 15-3003 1 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. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operatorshall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.5 IS 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 poor, or for City resource constraints. Deletions of any particular project location (in part or whole) may be based on the following priority schedule: Deletion Order* Schedule Street From TO 1 111 1181h PI SE SE 256th St Approx. 600 ft South of SE 2591hPI 2 II 1181h Ave SE SE 251s' St SE 256th St 3 1 1091h Ave SE SE 256th St SE 248th St *Note: Smaller number may be deleted first. Deletion order is subject to revision by the City of Kent SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT ION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amountthat the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments 2015 Asphalt Overlays/Araucto 1 - 25 May 20, 2015 Project Number: 15-3003 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, maybe 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. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1 -09.11 (3) Time Limitations and Jurisdiction This contractshall be construed and interpreted in accordancewith the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETEDAND REPLACED WITH THEFOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1 -04.5 and 1 -09.1 1 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 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. 2015 Asphalt Overlays/ArauctD 1 - 26 May 20, 2015 Project Number: 15-3003 i 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. i 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THEFOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, 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. SECTION 1- 10.2(9) 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) 521-0778or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs 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." 2015 Asphalt Overlays/Araucm 1 - 27 May 20, 2015 Project Number: 15-3003 SECTION 1-10.3 IS SUPPLEMENTED BYADDING 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: 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 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETEDAND REPLACED WITH THEFOLLOWING: 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 "TemporarvTraffic 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. 2015 Asphalt Overlays/Araucto 1 - 28 May 20, 2015 Project Number: 15-3003 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1 -10.3(3)C ofthe 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 (SASY 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)Bofthe WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the 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 Contractorshall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1 -07.23(3) of the WSDOT Standard Specifications. 2015 Asphalt Overlays/Araucto 1 - 29 May 20, 2015 Project Number: 15-3003 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTI0I112-02.1 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. SECTION2-02.3 IS REVISED BY REPLACING THELAST THREEPARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1 . Water Meter Setter 2. Water Meter Box and Lid 3. Fire Hydrant 4. Catch Basin Frame and Grate 5. Storm and Sanitary Lids and Grate The salvaged materials listed above shall be removed, hauled and stored at the following site(s) : 1 . City Shops — 5821 S. 240th St., Kent, WA 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 Contractorto repair damage caused by the Contractor's removal operations is final. SECTION2-02.3(3) IS DELETEDAND REPLACED WITHTHEFOLLOWING: 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 2015 Asphalt Overlays/Araucm 2 - 1 May 20, 2015 Project Number: 15-3003 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. SECTION2-02.3 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 . Haut 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. SECTION2-02.5IS SUPPLEMENTED BY ADDING THEFOLLOWING: 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 4 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 2015 Asphalt Overlays/Araucto 2 - 2 May 20, 2015 Project Number: 15-3003 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 6inches compensation For example, if the Contractor encounters pavementto be removed which is 8 inches thick and its unit bid price was $2.00/SYthen its additional compensationfor the extra thickness would be: (8 — 6) x $2.6 _ $O.67/SY in addition to the unit price. No other 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 _ additional 6inches 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 $2��_ $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 2015 Asphalt Overlays/Araucro 2 - 3 May 20, 2015 Project Number: 15-3003 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 SECTION2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractorshall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)Cofthe WSDOT Standard Specifications. 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 Wetlands Delineation Manual dated January 1987. SECTION2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)DCompaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compactiontests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION2-06.3(7) ITEM6 IS DELETEDAND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 footto 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 Contractorshall 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. SECTION2-06.5 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. 2015 Asphalt Overlays/AraucuD 2 - 4 May 20, 2015 Project Number: 15-3003 2-07 WATERING SECTION2-07.4 IS DELETEDAND REPLACED WITHTHEFOLLOWING: 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 watersystem. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractorshall 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 (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The 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. 2015 Asphalt Overlays/Araucto 2 - 5 May 20, 2015 Project Number: 15-3003 DIVISION 4 ® BASES DIV/SION4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformitywith 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 borrowwill 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 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. 2015 Asphalt Overlays/Araucto 4 - 1 May 20, 2015 Project Number: 15-3003 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION4-04.3(2) IS SUPPLEMENTED BYADDING THEFOLLOWING: 4-04.3(2) Subgrade The Contractoris 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 THEFOLLOWING: 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 BYADDING THEFOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractoris 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. SECTION4-04.5IS SUPPLEMENTED BYADDING THEFOLLOWING: 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 necessaryto haul, place, finish grade, and compactthe 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. 2015 Asphalt Overlays/Araucto 4 - 2 May 20, 2015 Project Number: 15-3003 I i DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)Bofthe WSDOT Standard Specifications shall be made by the j 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 SECT ION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: i 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA shall be 3.0 million. SECTIONS-04.3(7)A I S SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, HMA Class 112, 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 accordancewith 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. SECT IONS-04.3(S)A IS DELETED AND REPLACED WITH THEFOLLOWINGc 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cementand Gradation: Extraction testsshall 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 meetthe required compacting asphalt cement content and gradation requirements. Averaging of 2015 Asphalt Overlays/Amucto 5 - 1 May 20, 2015 Project Number: 15-3003 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 has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION5-04.3(9) IS SUPPLEMENTED BYADDING THEFOLLOWING: 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 Class 112" PG 64-22 asphalt concrete shall be 1 1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THEFOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETEDAND REPLACED WITH THEFOLLOWING: 5-04.3(1 O)B Control 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 compactiontest section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on 2015 Asphalt Over ucto 5 - 2 May 20, 2015 Project Number: 15-3003 the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 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 BY ADDING THEFOLLOWING: 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. 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 transversejoint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)Aacross 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. SECTION5-04.3(14) ISSUPPLEMENTEDBYADDING THEFOLLOWING: 5-04.3(14) Planing Bituminous Pavement Planing operations shall be performed no more than 7 calendar days ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. SECTIONS-04.3 IS SUPPLEMENTED BY ADDING THEFOLLOWINGNEW 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 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 2015 Asphalt Overlays/Arauct0 5 - 3 May 20, 2015 Project Number: 15-3003 Specifications, the affected plans and the following Kent Special Provisions: Materials Asphalt cement AR-4000Wshall 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: 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 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-footspray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometerto 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. 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. Application The asphalt must be sprayed uniformly overthe area to be fabric covered at the rate of 0.25 to 0.30 gallons per square yard. 2015 Asphalt Overlays/Araucto 5 - 4 May 20, 2015 Project Number: 15-3003 To avoid laps and ridges at transversejunctions of separate applications of asphalt, the Contractorshall 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. The Contractorshall not begin application of the fabric reinforcement until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessaryto 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 Contractorshall not place more fabric on the traveled roadway than can be overlaid the same day with Hot Mix Asphalt. No fabric except that which is required for normal lapped joints shall be exposed to traffic. 2015 Asphalt Overlays/A ra um 5 - 5 May 20, 2015 Project Number: 15-3003 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. 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 180' 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 manufacturer. Installation Follow manufacturer's printed installation procedures. SECTIONS-04.4IS SUPPLEMENTEDBVADDING THEFOLLOWING: 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. SECTIONS-04.5 IS DELETEDAND REPLACED WITH T14EFOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1 -04.1 ,for the following bid items when they are included in the Proposal: 2015 Asphalt Overlays/ArauctO 5 - 6 May 20, 2015 Project Number: 15-3003 The unit contract price per ton for "HMA Class —_, PG " shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for areas at the locations shown on the plans, cross sections, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be incidental to 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 and driveways. Payment shall be made upon actual square yards planed, regardless of the full planing capacity of the equipment used. "Fabric Reinforcement" "Fabric Crack Stabilizer" The unit contract price per square yard for the above items constitutes complete compensationfor 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 Temporary 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 and temporary asphalt wedge at the locations as specified herein, on the plans, and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)AAND 5-04.5(1)BAREDELETED 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 2015 Asphalt Overlays/Araucto 5 - 7 May 20, 2015 Project Number: 15-3003 '.. DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS SANITARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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 Contractorshall 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: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION7-05.3(1) IS SUPPLEMENTED BYADDING THEFOLLOWING: 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 Contractorshall 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 costto the City. 2015 Asphalt Overlays/Araucto 7 - 1 May 20, 2015 Project Number: 15-3003 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 covershall 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. 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. SECTION7-05.5 IS SUPPLEMENTED BYADDING THE FOLLOWING_ 7-05.5 Payment The unit contract price per each for "Adiust Existing Manhole Frame and Coverto Finished Grade" and "Adjust Existing Catch Basin Frame and Grate to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install adjustment risers and adjust cover/grate 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, 2015 Asphalt Overlays/Araucto 7 - 2 May 20, 2015 Project Number: 15-3003 compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. 7-12 VALVES FOR WATER MAINS SECTION7-12.2 IS REVISED BY SUPPLEMENTING THEFIRST PARAGRAPH WITH THEFOLLOWING: 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) 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 BY ADDING 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 Contractorshall 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 base material removedto permit removalof 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. 2015 Asphalt Overlays/Araucto 7 - 3 May 20, 2015 Project Number: 15-3003 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 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. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION7- 12.4 IS SUPPLEMENTED BYADDING 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. SECTION7-12.5 IS DELETEDAND REPLACED WITH THEFOLLOWING: 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, removing and disposing of the existing valve box top and lid are included in the unit bid price for replacing the valve box top and lid. Reference Kent Standard Plan 3-7. 2015 Asphalt Overlays/Araucto 7 - 4 May 20, 2015 Project Number: 15-3003 DIVISION S - MISCELLANEOUS CONSTRUCTION 8-01 EROS ION CONTROL AND WATER POLLUTION CONTROL SECTIONS-0 1.1 IS SUPPLEMENTED BYADDING THEFOLLOWING: 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 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. SECTION8-01.2 IS SUPPLEMENTED BY ADDING THEFOLLOWING: 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)Band 9-14.2 Fertilizer..................................8-01 .3(2)Band 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier..................................8-01 .3(2)Eand 9-14.4(7) 8-01 .3 Construction Requirements SECTIONS-01.3(1) IS SUPPLEMENTED BY ADDING THEFOLLOWING: 8-01 .3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractorto install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The 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 downtime 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. 2015 Asphalt Overlays/Araucto 8 - 1 May 20, 2015 Project Number: 15-3003 The Contractorshall 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 Contractorto 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 Contractorfrom complying with other contract requirements. SECTIONS-01.3(1)A ISSUPPLEMENTED BYADDING THEFOLLOWING. 8-01 .3(1)A Submittals Prior to the start of any construction activities, the Contractorshall 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 S-01.3(1) IS SUPPLEMENTED BYADDING THEFOLLOWINGNEW SECTIONS. 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractorshall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201 AWater Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080Discharge of pollutants prohibited 2015 Asphalt Overlays/Araucto 8 - 2 May 20, 2015 Project Number: 15-3003 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 Contractorto implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01 .3(9) Sediment Control Barriers SECTIONS-01.3(9)D IS SUPPLEMENTED BYADDING THEFOLLOWINGc 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTIONS-01.3 IS SUPPLEMENTED BY ADDING THEFOLLOWINGNEW SECTION: 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. 2015 Asphalt Overlays/Araucto 8 - 3 May 20, 2015 Project Number: 15-3003 i Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to sto rmwater conveyance systems. SECT IONS-01.5 IS SUPPLEMENTED BY ADDING 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 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)13 (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION8-04.3(1) IS SUPPLEMENTED BYADDING THEFOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The Contractorshall use existing sidewalk, curb, and gutters as control. If new curb and gutter flow line is found to be flowing incorrectly the Contractorshall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTIONS-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Pedestrian Curb" "Cement Concrete Curb and Gutter" The unit contract price per linear footfor 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. 2015 Asphalt Overlays/Araucto 8 - 4 May 20, 2015 Project Number: 15-3003 8-13 MONUMENT CASES SECTION 8-13.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.1 Description This work also consists of adjusting existing monument case by placing risers with appropriate height and diameter to finished grade. The existing monument and casing shall not be disturbed. This work also includes referencing for future locates prior to construction activities. SECTION 8-13.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.2 Materials Riser ......................................................................................................9-22.1 SECTION 8- 13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.4 Measurement Measurement per each for "Adjust Existing Monument Case Cover to Finish Grade" will be by the unit of each monument case adjusted. Measurement per each for "Install New Monument, Case Riser to Finished Grade" will be by the unit of each new monuments installed. SECTION 8- 13,5 IS SUPPLEMENTED BY ADDING 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 Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install risers and adjust the monument case 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. The unit contract price per each for "Install New Monument, Case Riser to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove existing monuments and to install the new monument, case riser to finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, backfilling, compacting, surfacing and restoration. Reference Kent Standard Plan 6- 72. 2015 Asphalt Overlays/Araucto 8 - 5 May 20, 2015 Project Number: 15-3003 _ i 8-14 CEMENT CONCRETE SIDEWALKS SECTION8-14,1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 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. The Contractorshall reference existing curb and sidewalk grades. 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 be troweled smooth with a steel trowel. After trawling and before installing the contractionjoints 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 contractionjoints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansionjoints in the sidewalk shall have the same spacing as the curb, The expansionjoint shall be filled to full cross-sectionof the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning surface shall be an epoxy polymer compositionwith 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-footwide 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. SECTION8- 14.5 IS SUPPLEMENTED BY ADDING THEFOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk" per square yard "Cement Concrete Sidewalk Ramp Type Parallel A" per each "Cement Concrete Sidewalk Ramp Tvoe Single Direction A" per each 2015 Asphalt Overlays/Araucto 8 - 6 May 20, 2015 Project Number: 15-3003 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. 8-22 PAVEMENT MARKING SECTION S.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. All plastic markings shall be installed using Type A plastic material, except that Type B plastic material shall be used for bicycle lane symbols. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 OF to 450 OF (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(54°C), and show no deformation or flaking at temperatures between-10 OF to 140 OF (- 23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. Raised Pavement Markers shall meet the requirements for Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). 2015 Asphalt Overlays/ArauctO 8 - 7 May 20, 2015 Project Number: 15-3003 8-22.3(3) Marking Application SECTION B-22.3(1) IS DELETEDAND REPLACED WIT14T14EFOLLOWING: 8-22.3(1) Preliminary Spotting The Contractorshall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. The Contractorshall use existing curb, gutter, and/or sidewalk as control to assist in preliminary spotting of the lines before the placement of all longitudinal lines. Approval by the Engineer is required before beginning the placement of permanent pavement markings. Preliminary spotting shall be required for all longitudinal lines and line transitions required by Kent Standard Plan 6-74M. SECTIONB-22.3(2) IS SUPPLEMENTED.BYADDING THEFOLLOWING 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 THEFOLLOWING: 8-22.3(3) Marking Application The Contractoris 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 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. SECTIONS-22.3(3)B IS SUPPLEMENTED BY ADDING THEFOLLOWING: 8-22.3(3)13 Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch 2015 Asphalt Overlays/ArauctD 8 - 8 May 20, 2015 Project Number: 15-3003 ',, space. The broken pattern shall be based on a 40-foot unit consisting of 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movementsfrom through movements, to separate High Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. THE FIRST SENTENCE OF THE FOURTH PARAGRAPH OF SECTION 8-22.3(3)E IS REVISED AS FOLLOWS: 8-22.3(3)E Installation Two applications of paint will be required to complete all paint markings. Vehicle and pedestrian tracking of newly applied striping shall be removed per section 8-22.3(6), and the affected portion of marking reinstalled by the end of the next working day. SECTIONS-22.3(4) IS SUPPLEMENTED BYADDING THEFOLLOWING: 8-22.3(4) Tolerances for Lines Length of Line: The longitudinal accumulative error within a 40-foot length of dotted line shall not exceed plus or minus 1 inch. The dotted line segment shall not be less than 2 feet. 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 BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the projector where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the 2015 Asphalt Overlays/Araucto 8 - 9 May 20, 2015 Project Number: 15-3003 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 stop lines, plastic cross walks, 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 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 SUPPLEMENTED WITH THE FOLLOWING: 8-22.5 Payment 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. The City of Kent has estimated the quantities and types of markings and signs needed for each schedule to provide bidders a common basis for bids. Permanent Channelization for Schedule 1 (10911h Ave SE between SE 256 St and SE 248 St) includes the following permanent pavement markings and permanent signage as shown in the channelization plan: • 500 LF of painted Double Solid Yellow Centerline • 4500 LF of painted Two Way Left Turn Lane Line • 120 LF of 8" wide Type A plastic white Gore Line • 36 LF of 24"wide Type A Plastic Stop Line • 12 Type A Plastic Arrow (includes left turn arrows at SE 248 St) • 7 Type B Plastic Shared Lane Bike Symbols (includes Bike Rider Symbol and Alternate Arrow per Kent Plan 6-79M) • 120 each Type 2 RPM • All signs (W1 1 -1 - 30x30 - 4 each; W16-1 P - 18x24 - 4 each) and all materials to install signs shown in the channelization plan per Kent Standard Plan 6-82M. Permanent Channelization for Schedule 11 (1181h Ave SE between SE 256 St and SE 251 St) includes the following: • 60 LF of Type A Plastic Stop Line 12 inch wide • 25 LF of Type A Plastic Stop Line 24 inch wide (@ SE 256 St) Permanent Channelization for Schedule III (118`h PI SE between SE 256 St and ± 600 ft south of SE 259 PI) includes the following: • 40 LF of Type A Plastic Stop Line 12 inch wide • 25 LF of Type A Plastic Stop Line 24 inch wide (0 SE 256 St) 2015 Asphalt Overlays/Araucto 8 - 10 May 20, 2015 Project Number: 15-3003 8-23 TEMPORARY PAVEMENT MARKINGS THEFIRST PARAGRAPH OF SECTION 5-23.1 IS DELETED AND REPLACED WITHTHEFOLLOWING: 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. SECTIONS-23.4 IS DELETEDAND REPLACED WITHTHEFOLLOWING: 8-23.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. SECTIONS-23.4 IS DELETEDAND REPLACED WITH THEFOLLOWING: 8-23.5 Payment No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the contract. 2015 Asphalt Overlays/Araucto 8 - 11 May 20, 2015 Project Number: 15-3003 DIVISION 9 — MATERIALS 9-03 AGGREGATES SECTION 9-03.14(1) fS DELETEDAND REPLACED WITH THEFOLLOWiNG. 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. 200sieve 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. 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 goo synthetic're info rced 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. 9-30 WATER DISTRIBUTION MATERIALS SECT]ON 9-30.3(4) /S DEL ETEDAND REPLACED WITH THE FOLL0WING: 9-30.3(4) Valve Boxes New valve boxes shall be installed on all buried valves within the paving limits and conform to Kent Standard Plan 3-7M. 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 Provisions or shown on the 2015 Asphalt Overlays/Araucto 9 - 1 May 20, 2015 Project Number: 15-3003 plans. The bottom section shall be an Olympic VB-1 C 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. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. 9-34 PAVEMENT MARKING MATERIALS IN THE THIRDPARAGRAPK THE TABLE TITLED"METAL CONCENTRATION LIMITS"IN SECTION9-34.4 ISREVISED WITHTHEFOLLOWING: Metal Concentration Limits Element Test Method Max. Parts Per Million (pPm) Arsenic EPA 3052 SW-846 6010C 10.0 Barium EPA 3052 SW-846 6010C 100.0 Cadmium EPA 3052 SW-846 6010C 1 .0 Chromium EPA 3052 SW-846 6010C 5.0 Lead EPA 3052 SW-846 6010C 50.0 Silver EPA 3052 SW-846 6010C 5.0 Mercury EPA 3052 SW-846 7471 B 4.0 2015 Asphalt Overlays/Araucto 9 - 2 May 20, 2015 Project Number: 15-3003 E T STANDARD 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 3-7M Valve Box and Operating Nut Extender SEWER 4-3 Standard Manhole Frame and Locking Cover STORM 5-1 M Catch Basin Type 1 5-3 Misc. Details for Drainage Structures 5-4 18" x 24" Catch Basin Frame 5-5M 18" x 24" Vaned Grate 5-6 18" x 24" 2-Way Vaned Grate 5-8 Through-Curb Inlet Installation 5-9 Solid Catch Basin Cover 5-10 Round Solid Catch Basin Frame and Cover 5-14 20" x 24" Catch Basin Frame STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joint Example 6-35M Expansion and Contraction Joints 6-38 Curb Ramp Locations 6-44 Industrial Cement Concrete Driveway Approach 6-72 Standard Monument, Monument Case and Cover 6-75M Plastic Crosswalk Markings 6-76M Plastic Arrows, Stop Bars & Only Legend 6-79M Typical Bike Lane Markings 6-80 Symmetrical Left-Turn Pocket 6-81 Left Turn Pocket at end of Two-Way Left Turn Lane 6-82M Sign Post Installation 2015 Asphalt Overlays/Araucto A - 1 May 20, 2015 Project Number: 15-3003 Cl F OLYMPIC FOUNDRY VB 940 WITH TWO(2) INCH"DEEP SKIRT"COVER,THE COVER SHALL BE MARKED"'WATER"SEE NOTES 3,4 AND S. SLOPE AWAY 2%MAX(TYP) j 3' • � SEE NOTE 3 pi • d ' t V a e•• .a A .' • e. "' •..: WATER '. WATER MAIN p - AT d fd - . DIRECTION EXTENSION AS CARE SHALL BE TAKEN IN NEEDED BACKFILL OPERATIONS (BELOW RIGHT) '9 a •" - ' ' ` _ -' ENSURING CENTER WITH OPERATING NUT AT ALLTIMES _I �_ ¢ - 3'x3'x4"THICK CONCRETE 111 (3,000 PSI)PAD AROUND VALVE BASE SECTION, RICH 24" COVER IN UNPAVED AREAS VALVE BOX BOTTOM, OLYMPIC NO.VBIC OR PLAN PRE•APPROV£D EQUAL AND SHALL BE COMPATIBLE WITH TOP SECTION 2"SQUARE OPERATING NUT i I 4ROCK GUARD, 4 1/4"DIA, 1/0'MIN.THICK t i I in I VALVE BOX WITH OPERATING NUT EXTENDER ' 3/4",SOLID STEEL ROD, NOTES; 1, EXTENSIONS ARE REQUIRED WHEN j VALVE NUT IS MORE THAN THREE(3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL RE SIZED AS ' I NEEDED,AND PAINTED WITH TWO(2) OPERATING NUT EXTENDER COATS OF METAL PAINT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 3, EARS,LUGS OR STAINLESS CAP AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE SCREWS(TRANSMISSION MAINS '�+,s vgg•Y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ONLY)ON COVER SHALL BE ALIGNED 0 WAS�,f ,T THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, WITH DIRECTION OF WATER FLOW, G' /� CITY KEl\TT SEE ILLUSTRATION UPPER RIGHT. � a' 0 � � sw¢INrsrlrtN¢ DEPARTMENT 'I 4, FOR ADDITIONAL REQUIREMENTS AND NT VALVE BOX AND USE SEE CITY OF KENT DEVELOPMENT OPERATING NUT EXTENDER STANDARD SECTION 3.14,E AND C. '-0� ✓'i 33206.�� � IS1T+" Q� DUIGNEU QUK� LE STANDARD PLAN 5. VALVE BOX SHALL BE CENTERED OVER �SSIONAL ��1 DRAWNCHEM D cox. oArE 2"SQUARE OPERATING NUT, o,a,Nm, 3-7 M PRayED I I DRILL&TAP; 5/8"-II UNC - IB (3 @ 12V ON h 22.1/8` BOLT CIRCLE) Y 2"RAISED LETTERS d ° RAISED LOGO/LETTERS ._ 0 sIi FOR 5/8"-11 UNC- IS S.S, ttuarr;:un O !!! LIZ 0 4 I/2"HEX, HE,CAP SCREWS (3 REQUIRED) ° -----�' I"PICKHOLE(3 @ 120°)— _ 2"RAISED LETTERS°DRAIN"FOR STORM SEWER B A "SEWER"FOR SANITARY SEWER 1 HANDLING HOLE(3 ( ' PLCS) 26-1/2" 25^ I t 3„ 25—IJ4" e.............__. i 23�3 27-5I16" —... .�-.__-_ 3/8" ; 34-1/8" SECTION A-A SECTION 8-3 NOTES; I, MATERIAL USED SHALL BE CAST GRAY IRON OR 01 ASTM A536 CL80^55.0 FOR RINGS AND ITT FOR COVER. 2. SEAT OF COVER S.FRAME MACHINED WITH A NON-ROCKING FIT FOR MANHOLE COVERS. I 3. MANHOLE COVERS SHALL BE WATERTIGHT AT THE EDGES, 4. ROUND ALL SHARP CORNERS WHERE POSSIBLE. 5, CASTING TO BE SHOT BLASTED AND FREE FROM SURFACE SAND AND SCALE. i 6, CASTING TO BE SMOOTH,TRUE TO PATTERN, FREE FROM BLOWHOLES, - POROSITY,HARP SPOTS,SHRINK HOLES, WARP,OR ANY OTHER DEFECTS WHICH COULD IMPAIR SERVICEABILITY. 7. ALL INSTALLATIONS SHALL BE WATERTIGHT, NOTE; THIS PLAN IS NOTA 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 �O r'+P.I�' FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON PATTERN SEE WS DOT STD. PLAN 8-30,70-00. of WggH REQUEST, �,�y �E - 4'C 4.OLYMPIC FOUNDRY PART NO. pr CENGIERINITY G DEPAARRTMEN T 11-2945SET AND EAST IORDAN 00 STANDARD MANHOLE PRODUCT N RE THE PRE-APPROVED PRO E'` .� FRAME AND LOCKING COVER 0037}.57.2 ARE THE POE-APPROVED -D q 21-099 p 4' w.�+�+a*e" PRODUCTS,ALL OTHERS REQUIRES F�ISTER� Cc WRITTEN APPROVAL OF THE ENGINEER F,.S 7 V,G�� uRnwNE° esN scue NONE VANDA80 Pour PRIOR TO INSTALLATION, Al �' CHECKED--r l 4-3 APpBoyco � I ff`i,(e[Ti be,2009 i NOTES: ¢l/2„ 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, TOg,, (ASTM C 478,&ASTM C 890)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS. 2, AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED, WELDED WIRE FABRIC SHALL COMPLY TO AASHTO M 221(ASTM A 497), FRAME AND GRATE WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS, j SEE STANDARD PLANS 5.4 THRU 5-8 AND 5-12 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS, THE KNOCKOUT DIAMETER SI ALL NOT EXCEED 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"MINIMUM, PROVIDE A IS"MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. , Zb �Gy 4. ALL JOINTS IN THE BRICKS,GRADE RINGS,RISERS AND CASTINGS SHALL BE SEATED IN MORTAR.PICK HOLES,CRACKS AND ANY OTHER JOINTS 3 5 9 SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE, S. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5%DEPTHS GREATER THAN 5FT,REQUIRED .�• +T"0 UPSIZING TO AlYPE H STRUCTURE, R17 8, NON-CEMENTIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF - FRAMES TO FINAL FINISH GRADE, ONE#3 BAR HOOP FOR 6"HEIGHT TWO#3 BAR HOOPS FOR IZ"HEIGHT RECTANGULAR ADJUSTMENT SECTION i (WEIGHT-200 LBS.-6") i (WEIGHT-560 LBS.-12") PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER 3' 44' REINFORCED OR • PLAIN CONCRETE 12„ #3 BAR EACH CORNER r 21" ALL METAL PIPE 151, MIN, #3 BAR SOLID WALL PVC EACH SIDE -� (1N'SDOT STD,SPEC. iS" '.....,. #3 BAR EACH WAY 4" '. i PRECAST BASE SECTION (WEIGHT-2170 LSS,) NOTE!THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AFRZ N ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE � 4@ Slf ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITX OF KENT • 6NGINEERMO 0$(+AR7'ME4T I tCENT CATCH BASIN TYPE i 3B28.bqC+IST1s"�O.1�S AESIDNED COK _ NOW STANDARD PIM S�IONAL ENO DRAWN WK OHECNED „ram DATE K2015 5— 1 m APPROVED ' #6 LIARS @ 7'CENTERS .� BOTTOM FACE WITH I 20"x 24",OR \ �h 1"MIN,COVER 3q PO> 24"DIAM. 2"Ty� 120"� 21,TYP. ONE#3 BAR HOOP FOR G" I 1 TWO#3 BAR HOOPS FOR �11 AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING • �� A MINIMUM AREA OF 0,12 SQUARE INCHES P1:.R FOOT MAY BE 95"TOP SLAM I"MCN. USED FOR ADSUS41ENT SECTIONS, 2 112"MAX. I 20"X 24",OR -- #5 BARS @ G"CENSERS RECTANGULAR ADIUSTMENTSECTION ' 24 DIAI4. BOTTOM FACE WITH � 34' 2 CLR / \AN S"MIN.COVER TYP, `k kJl/I t lam* ONE#3 ` 20" 2"TYP, BAR HOOP ( " 4" S. CIRCULAR ADJUSTMENT SECTIQN --T f 72"TOP SLABS 1"MIN. r 2 1/2"MAX, A 20"x 24",OR 24"DIATt #4 BARS @ 6"CENTERS BOTTOM FACE.WITH 2°CLR, 1"MIN.COVER 2`h1IN, TYP. I ' tz I 21,TYP, fo TYPICAL ORIENTATION " RORACCESS AND STEPS 4W"ELk 54" TOP SLAB i OTES: � 1, SLOB OPENING SHALL BE 24"X 7.0" - NOTE:THIS PLAN IS NOT A LEGAL.ENGINEERING DOCUMENT BUT FORIGINAL,SIGNED BY THE DIAMETER RECTANGULAREFOROAND 24" '�Q.5`r'�'p, ENGINEER AND APPROVED FOR PUBAN ELEGfRONic DUPLICATE,THE LICATION IS KEPT ON FILE AT ! DIAMETER FOR ROUND. SNASy •� "O, THE CITY OF KENT,A COPY MAY 8E OBTAINED UPON REQUEST, i 2, SEE STANDARD PLAN 4.5 FOR STEP, {j ti� o'4tdl CITY Qt+ �+ i LADDER AND GRADE RING, ` y w Z- RNOINCERINO DEPARTMENT 3,ONLY ONE STYLE OF CATCH BASIN J' MISC. DETAILS FOR DRAINAGE BASIN,STEPS hAY BE USED IN A DO NOT MIX STYLES, � ,per GIST �p Eck- Gn. » ,»' STRUCTURES //y���� MOMTD.,._.D.NLL.� � �IYAL. DRAWN @@ - SCALE. . NON£ 5I ORO PIAR CHECKm OAf£ ^y AFPRDVEO���_.. E�artt4 J S2ptetnber20U) i I S/8"41 UNC-2B HOLE (2 PLC$.TYP.) I A A I TYp, i L i 3/4" i TOP VIEW f I! _d 5(8"TYP.MIN. 16"---------'- 3I4" 15/8"jr, 3/4" i 2S" � SECTION A-A I NOTES: i £, MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY,(PER ASTM A48 CL30 H-20 LOADING). I 2, TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OSIe' 3Lr AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE j ENGSNEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WABhi� THE CITY OF KENT.A COPY MAY BE OBTAINED.UPON REQUEST. yc, S, ca O CITY OF KEN'T ' H Z �d ENGINEERING DEPARTMENT r ° 18"X 24" R �a F g1 ff9� �a � wi 11 ! CATCH BASIN FRAME WJ ` ANAL rw\G�\ DRAWN EO OWN n SC&E NONE VANDARD P 41� CHECKED DATE - -4 'j APPROVER a+oNox i i S 3/8 '.. 3f ( ILL k ICI ii i TOP VIEW END VIEW i 23 3/4" 13/8" ECRON OF FLOW 1/3"R' `v 1 S/B" 1/2"INSET ! HEX SOCKET 1 1(4" DIR i i 15/16, 31/2" 2 3/4" 2�314 /8^ 5/16"R, I PARTING LINE FRONT VIEW VANE DETAIL -� Cv NOTES: 1 1/4" Arli 3/4"i, PROVIDE FRRAME SHOWN IN STANDARD PLAN 5.4. - 51V-11 UNC-2A 2. PROVIDE 2-5/8"DIAMETER STAINLESS STEEL ALLEN TYPE STAINLESS STEEL BOLTS COUNTER SUNK FLUSH WITH COVER. SECURING BOLT 3, GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTFALL TO STREAM". 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED 1/2" UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. S. DUCTILE IRON 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, 7, BI^DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT. NOTE:THIS PLAN 15 NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S�� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O '` THE CITY OF SCENT,A COPY MAY BE OBTAINED UPON REQUEST. C.) 7,� CITY OF ENGINEERING DEPAKENTRTMENT 18" x 24" CS e 1Q�� oEstpuENT SCALE NDVANED CrR srTaAenRR RAN o y CS DRAWN- CHECKED-Ceu 'I SIONAL �'' DATE 5JJ.. DA.2045 �*�' i1 M 'i APPR04E0 ExcwEtn i i A RUIN! �LtiHNits WAFT M SSRFAN L B B �3/4" i T —•I F/2" ..._ SLOT DETAIL SLOT FORMED AND RECESSED FOR '. 518" S. CKEr � x PHEAD(A.LEN HEAD)CA 5CRE W, I III ' A 17 3/4" EXINSET SOCKET 31 SECTION A 21/4" x5/1fi" I 23 3/4"yd 1 3 1i2"R, SECTION B-B 5/18"R 5/8"-I1 UNC•2A j NOTES: STAINLESS STEEL ' 1, PROVIDE FRAME SHOWN STANDARD PLAN 5.4. SECURING VOLT 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 � j�y AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 4, ALL LETTERING SHOWN SHALL BE 1/2" S +l ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT AND SHALL BE RECESSED, . DF WASH THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 5, DUCTILE IRON ASTM A-536 GRADE ti co O CITY O KEN'T 80.55.06 H-20 RATED, .�`,' EHOIREEALNQ DEPARTMENT... .. 6. GRATE SHALL BE LOCKING, 1 "X 24" .4, ,p, 21403 p WA�NIXOTOY 2—WAY VANED GRATE 7, PROVIDE 2.5/8"DIAMETER STAINLESS r�" FOISTED �`'� osstaNm a�*+ sru+wxu aux P STEEL ALLEN TYPE BOLTS COUNTER ONAL ��\ atµ. acne "nxs SUNK FLUSH WITH COVER, September 2004 I 1/8"X P" DUMMY JOINTS PLANTING STRIP OR SIOEVJALK • 9 0 4 Y' � d •< fJ 5`PIING TO a mm'TO EXPANSION EXPANSION 30INT JOINT y r'.`.•,, a � y V I i, i I SECTIONA•A i 1/e.X 2" DUPiMYJOINTS 5'MSN.TO - S'MIN,TO EXPANSION EXPANSION JOINT t—"- JOINT Y • f v' NOTES; SECTION B•B f, FOR INSTALLATIONS AT LOW POINTS USE 2-WAY VANED GRATE,OTHERWISE,USE STANDARD VANED GRATE. F, CURB AND GUTTER S`EITHER SIDE Of CATCH BASIN SHALL BE POURED ATTHE TIME OF FRAME AND GRATE INSTALLATION, I- i {Yj�1}� NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �OYJS'IC AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE f r ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQU.I CITY OF KENT tC N 1 THROUGH CURB ,q y 2140 p Q wx.«F�P.gD fNt_E7 INSTALLATION �F��NAL F.��'\� flnAwEt seise xoxc scwofRo P1fN CNCCNID pi7E ! September 2007 i 23 3/4" C I R LEVELING PADS I I } 3/4"x 1314"x 1/8" C C THICK I I ,LIT I 2 1/?DIA A �f . . _ } � _ w }kA L_. I �3/4"0 HOLE :a B SECTION B-B 1I/18""" 2118" 1/21,INSET 21/8" PROVIDE 518"DIA,BOLTS&TAP HER SOCKET '... 1 71R" FRAME FOR LOCK DOWN LID. PLAN I 4 3/4" 51B" S18"-11 UNC-2A STAINLESS STEEL SECTION A"A SECURING BOLT N4�Si 1111U" l 1. WHEN SPECIFIED ON THEAPPROVED PLANS,THE SOLID METAL COVER FOR i/4" 1-3/15"DTA,SLOT CATCH BASIN SHALL BE FURNISHED IN PLACE OF THE GRATE PROVIDED FOR ON STANDARD PLAN 5.5. g 2, RAISED DESIGNS OTHER THAN THE DIAMOND DESIGN SHOWN HEREON I � MAY BE USED IF APPROVED BY THE ENGINEER. 3. CAST IN THE LETTERS"DRAIN"IN 2"RAISED I.M. PRS, 1/8'HIGH, 4, TO BE USED WITH FRAME SHOWN IN STANDARD PLAN S•4, 3/4" 5. PROVIDE 2-5/8"DIAMETER STAINLESS I d/8" SCCON C-C STEELALLEN TYPE BOLTS COUNTER NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SUNK PLUSH WITH COVER,(SEE alp AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE STANDARD PLAN 5-4 FOR BOLT-DOWN - ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CATCH BASIN FRAME), '�OF VIA$y `Fv. THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST 6. FRAME,CAST IRON ASTM A48 CL30, O ti� ` co 0 CITY OF KENT Z EH01=01NO DEPARTMENT 1 COVER,DUCTILE IRON AST61 A 535 GR ' 8055.OGH-20RATED. �., - SOLID CATCH BASIN 110 p 2140 o ck K TI1' COVER •c�., GIST B¢� 'Ivy ONAL MOM� o�wtt�8 Pa: sc+� _.uaxs stanvw vtut . APPRO�cb � Septembar2009 i I DRILL&TAP: S/W-11 UNC ----- -18 (3 @ 120°ON A 22-1(8" BOLT CIRCLE) - 2"RAISED LETTERS - A a" I . o ' RAISED LOGO1LEIERS 00 i K ? A d(8"ROUNDED t' RAISED TROUT " f,�—E- N f?)RS(0'=31UNC-IB S,S. 112"HEX,HE.CAP SCREWS -��- 2" (3 REQUIRED) , O R A 1 kA 1"PICKHOLE(3 @ 126°) I 2"RAISED LETTERS WAIN" S A FOR STORM DRAIN i"HANDLING HOLE(3 PLCS) 25' 1n 25-1/A" ! 5" � 23.3 8" 1.3/d 1�, 27.5/15" -- 3/9, 34d B" I SECTION - SECTION B-B i l i i i - 6 NOTE:THIS PLAN IS NOTA LEGAL ENGINEERING DOCUMENT BUT j AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE "1 J ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 0 CITY OF ICENT ice oy _ t 9NOINgfRINO ORPART149NT j f [ ROUND SOLID CATCH BASIN 10 R� 21493 4 F�� •«�ti.e" FRAME AND COVER �c G�C� oesia a scup�N4L+Y sru+oana rwr ' OiVAL � cReceee DAM APPA6YEM pGN[tA 5-10 Seplem0er 2009 i W-II UNC-2B HOLE (2 PLC5.TYP,) A A �l q � I TYP, N ( i i 3/4" i TOP VIEW 201(4" �' 7/8"TYP, - 1.51R"TYP.MIN. r10 4 1/2" L ---'- EB 3/4" L sls ' 20" 25114" SECTION A i NO ES1 I. MATERIAL USED FOR THE FRAME SHAH BE CAST IRON ONLY.(PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME$HALL BE ADNSTED EVEN WITH ROADWAY SECTION, 3, FOR USE WITH RECTANGULAR BEEHIVE GRATE, I NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �S' AN ELECTRONIC DUPLICA7E.THE ORIGINAL,SIGNED BYTH£ `j ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT . v pF Waskly THE CITY OF Mt A COPY MAY B£OBTAINED UPON REQUEST, ryQ� c c CITY ealOF "gAT �� �FGIsTE��o h�� 4ESONEO N�� tv 20x 24 CATCH BASIN" MFRAME .O 21d93 +rx,worev � dNAL ��� onn nr s pxeu o awI axRcxen NnrE 5-1 4 7J'PROYED .. nkYrbn Septembe(2009 1 i i 9.1 z 1/2° EPDXY t- ADHESIVE ) �, 7 ra o FOR FRESH P ti ion CONCRETE a COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 1B° 30 LB ROOFING FELT,6 MIL PLASTIC COMiBINEp CURB AND GUTTER OR APPROVED EQUAL 5'4"HAND TROWELED TAPER SECTION 1%MIN. 2%' MAX ... `� P N k' j a 6v 24"�ROLLED CURB a � N 41 `i :a ,a SIDEWALK 4" I MAINTAIN EDGE 24' OF CONCRETE CURB ROLLED CURB _ CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND CURB *1/2"OR**x" 1 I 6" ADA RAMP DRIVEWAY f NOTES;. OTE: 1, CONCRETE CLASS 3000. TYPICAL,UNLESS WITHIN DRIVEWAY SECTION,SEE y FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. NOT EXTEND BEYOND THE FACE OF 4 ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD THE TRAFFIC LANE 3, IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE B„ ADJACENT PAVEMENT SLOPE. 1 x 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.50/a, �Slti 5, FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL.BE SET TRUE VARIES I _ TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT // j 7�\��� ��� �/ AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ` '.Y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT` ��Q VA'�t,+�.j THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. Q � CITY OF KENT j EXTRUDED CURB UNDER GUARDRAIL , F, �, a � ENGINEERINQ DEPARTMENT � • CEMENT CONCRETE �eaBe FCEN I CURBS p� ISTE�' ,4�5`' DRAWN ED SPS SCALE NONE sTANopRo PLAN `�'S'IONAL S'� � CHEOKEO JB DATE — 6-33M NN A MPR9VED i PULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED FQUAL CB FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP.) CURB RAMP I OR DRIVEWAY f i 1/4"WIDE x 25%SLAB j DEPTH(I"MIN.) CONTRACTIOM ONTROL '•�: )DINT(TYP.) " 3/W EXPANSION JOINT(TYP.)-- CB SEE KEPT STANDARD PLAN SECTION 5 FOR ADDITIONAL CBGRA'FE '. REQUIREMENTS I/4'"WIDE X 251%SLAB DEPT]1(11"MIN.) -- CONTRACTION/CONTROL JOINT(TYP,)-- EGI END A w A -- — BOND BREAK JOINT EXPANSION JOINT --- CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL; 4"THICK SIDEWALK 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL SECTION A-A '.. NOTES: 1, AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS;POLES,POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4"RADIUS EDGING TOOL.ON SEPARATE POUR AREAS.JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND AASHTO M33(ASTM 0944). BREAK JOINT MATERIAL FULL.DEPTH SHALL BE PLACED li BETWEEN THE CURB OR THICKENED EDGE AND THE 2. AN EXPANSION JOINT CONSISTING OF 3/6"x FULL DEPTH OF PREMOLDED ADJACENT SIDEWALK. JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS: 2, ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED. MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE ; GRADE OF THE SURROUNDING SIDEWALK, SUCH 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR OF ADA RAMPS OR DRIVEWAY WINGS. SEPARATED BY PLANTING STRIP, 4. CONTRACTION/CONTROL JOINTS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF I/4"WIDE x 25%SLAB AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED INTO 'FRRY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CONCRETE FINISH AND SHALL BE MADE pF WAShrr��. THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. i IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION p`V A CITY OF KENT � JOINTS. �+ ENGINEERINO DEPAMWENT ^^ S: AS ALTERNATIVETO EXPANSION K�N7.- CURB AND SIDEWALK JOINT JOINTS AROUND STRUCTURES, .8 382yg werxrx orax EXAMPLE REINFORCING BARS MAY BE EMBEDDEDZs,Pe',' ogsoNEn c©K STANDARD P:,w IN CONCRETE ON FOUR SIDES OF �SSIONAL g1SOS� CHECKED sPs SCALE Non£... J� PATr• 6--34M MPROVEO ' 15'MAX, _ GROOMED FINISH PERPENDICULAR EXPANSION , TO PEDESTRIAN TRAVFL(TYP.) j JOINT(TYP.) '�� 5' S SEE DETAIL"A" 4"SHINE 2"SHINE FINISH FINISH S DESVALK WIDTH VARIES - �'\ �,�` - \ __ "�- EXPANSION - JOINT(TYP.) SEE DETAIL"A" PLANTER STRIP \ (WHEN REQ'O) CONTRACTION/CONTROL \. .,S_ JOINT(TYP.)SEE DETAIL"S' ', II CURB AND GUTTER t \ SS j (TYP.)SEE DETAIL"A�" SpAMP ACEVOFRCURB WHERE SIDE \ \V An EXPANSION JOINTFR NEW SEVIER CROSSES PERPENDICULAR TO w CURB. 3"HIGH LETTERS 1/4"DEPTH. - 15'MAX, 4' . " SHINE FINISH SHINE FINISH i :^n ter-, �p 2" 3/8"x FULL DEPTH EXPANSION JOINT L2" ONTRACTION/CONTROL MATERIAL,15'O,C.SEE NOTE 1 JOINT,V O.C,SEE NOTE 2 > DETAIL"A" DETAIL"B" EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL; PEDESTRIAN TRAVEL DIRECTION—w- 30 LB ROOFING FELT, 8 MIL PLASTIC OR APPROVED EQUAL 1.5% DRIVEWAY SHINE FINI H SIDEWALK 4"CONCRETE PER WSDOT •+,' 4" STO.SPECIFICATION 8-14 " 4 MIN. a oqI >� - 2"CRUSHED SURFACING 2t TOP COURSE 3/8"X FULL DEPTH CURB GUTTER AND SIDEWALK CROSS SECTION 6"CEMENT CONCRETE DRIVEWAY APRON AND EXPANSION JOINT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL,SEE 8"REINFORCED CEMENT CONCRETE APRON AND NOTE 1 NOTES; GUTTER FOP,COMMERCIAL DRIVEWAYS, 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION 15'O.C.SPACING.ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD,SPECIFICATION SECTION 9.04A(4). 8. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS j I 2, CONTRACTION/CONTROL JOINT SHALL BE 1/4"WIDE BY 25%SLAB DEPTH;1"DEEP AND OTHER APPURTENANCES WITHIN THE SIDEWALK FOR 4"SLAB,1.5"DEEP FOR 5"SLAB,2"DEEP FOR 8"SLAB, AT S'SPACING. LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING 3, EXPANSION JOINTS SHALL BE INSTALLED IN CURB&GUTTER AND SIDEWALK AT SIDEWALK. SUCH APPURTENANCES SHALL NOT BE P.C.&P,T.AT ALL CURB RETURNS AND ALL ANGLE POINTS. PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 4. FORM AND SUB-GRADE INSPECTION j REQUIRED BEFORE POURING CONCRETE, NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE UBLICATION 5 KEPT ON FILE 5 EXPACURBS SHALL ION OINTS IN SIDEWALK$BE ALIGNED WITH EACH D 0 W THE CITY OF I ENT,A COPY MAY ENGINEER AND APPROVED FOR PB 8OBTAINED I AT UPO R REQUEST. OTHER AND NOT OFFSET. Ca0� CITY OF KENO' r� .. ENGINEERINO DEPARTMENT G, DESIGN SIDEWALK CROSS GRADE ?J Z SHALL BE 1.5%, EXPAMStON AN€� 7. WHERE SIDEWALK CROSSES HYDRANT A „p 3B296 4 K�NT CONTRACTIONAONTROL JOINTS IATERAL,CENTER T WIDE PANEL IST �' � 4ESIGNEO COK -'- SCJ E._ ...._NONC STANOMD PLAN ACCROSS LATERAL,USE EXPANSION �S`SIONA'L � �� wwo SPS SOAL DATE JOINT,SEEKENTSTANDARDDETAIL3.1. m�,„EE;--- 6--35M APPftOVEO '. /r-N ryA-n pp pp AMPS —CROSSWALKS �. VAR!£S AMPTA LE UNP LOCATIONS FOR RETROFIT OR ALTERATION i i i NON ARTERIAL RAMP LOCATIONS ARTERIAL RAMP LOCATIONS', FOR NEW CONSTRUCTION OR STANDARD RECONSTRUCTION VARIES i NOTES: - 1,CATCH BASIN AND INLETS SHALL BE OUTSIOE THE CURB RAM ki (32 IN.MIN.CLEARANCE FROM RAMP). 2.CARE SHALL BE TAKEN TO KEEP THE RAMP FROM CONFLICTING > WITH HYDRANTS,POLES,INLETS,AND OTHER UTILITIES. i 3,CONSTRUCT RAMP IN ACCORDANCE WITH WSDOT 40.10-01 THRU { 42,10.00, 4,CROSSWALKS ARE NOT ALWAYS MARKED. WHEN RAMPS ARE CONSTRUCTED ON THE SIDE OF STREET, S.AMPS SHALL BE A IGNED WITH COMPANION CROSSINGS ON r, OPPOSITE SIDE OF STREET. NOTE1 THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT , y pe WASyI 'L.q AN ELECTRONIC DUPLICATE,.THE ORIGINAL,SIGNED BY THE NeT W ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 4 i THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, CITY OF XRNT ENOlNESRdNp DEPARTA{6NT LIST N%NAL R EMT cuas RAMP �ocALOCATIONSf��f� w .q�xarox Of,SIQN�tl_...... SCALE, GTAtDA2A PUN MPR4VEP,._n__...__ GK TW V JV September 2009 -.. i °rqx 4IND bRr� i Sp F F�rFF4YgpF !. �Ql A v s ON�NSN�r°ry AL /�pF,��boarvF A <rAr FO rvyrbrH A`A � Sp'2v \: e r R M�44b B � r� ryrb MAr�rrr rO Ar°N �arNrYs°�rO�yrC< fir�FytAY og �pCyoRr� F�(�p V - i �r 1 F 112°TYP, a�FFzog�c�TY°R 2-#4 BARS SEE STANDARD '°SI 4y�6S IFS 4"CLEAR(IYP j-- 8. PLAN 6-48 FOR ioroMINI DRIVEWAY SLOPES S s}yJga 2 MMAX. 6 I'-5d I'CLEAR(TYP{k-) CRUSHED SURFACING TOP EXPANSION JOINT WITH COURSE(A"MIN,DEPTH) "EXPANSION MATERIAL --x4 BARS AT 12"EACH WAY I SECTION A-A NOTES: i EXPANSION JOINTS SHALL BE PLACED 5. DESIGN SIDEWALK CROSS GRADE SHALL BE 1,5%. AT i5'MAXIMUM SPACING, r ELASTOPIETRIC JOINT MATERIAL SHALL. 6{�. DRIVEWAYS SHALL BE PAVED FROM THE BACK OFTHF. 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. f 2, SEE STANDARD PLAN 6.48 DRIVEWAY �OSEA.I� NOTE:THIS PLAN IS KOTA LEGAL ENGINEERING DOCUMENT BUT SLOPES. ' of WASiy ' AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE F,. hI '1'0 ENGINEER AND APPROVED FOR PU8L[CAT€ON IS KEPT ON FILE AT 999. 3, THE DRIVEWAY APPROACH WIDTH, r,Q o O THE CITY OF RENT,A COPY MAY BE OBTAINED UPON REQUEST. AND THE DRIVEWAY WIDTH ARE w z � DETERMINED BY APPROVED ,--< �--] CITE' OF KENT VEHICULAR MANEUVERING DIAGRAMS. E-' CHOIN68RrNo oENARYu�NT SEE SECTION 6.6,Q. A 21493 Ao �F01$TE�O �� KENT INDUSTRIAL CEMENT CONCRETE Q ALL DRIVEWAYS ARE TO BE �S QVAI �`yG\� w .rt.<r.H DRIVEWAY APPROACH SYMMETRICAL, oEs+aRED w r UItAWN 9R BCAlF. NOttE 5lNIOMU PWJ CNECXED DATE {JIrN(fR V 't'F pvreorEo i Septembh r 2009 z"BRASS DISC _... i PLAN OF COVER t FINISHED GRADE (PAVEMENT) ;,, 10 1)2"DIA, (BOTH SIDES) M 9 114"DIA,COVER 1/2"---• _ °1 MONUMENT DETAIL e a W.DIA. o " I"MIN,OR 6"MAX, <. •. rq x A CONCRETE CLASS 3000 BASE Y -�--+-� NOTES; MONUMENT L MONUMENT,MONUMENT CASE AND SECTION COVER.OLYMPIC FOUNDRY WSDOT B"x 9",PART NO.1015 OR PRE•APPORVEO EQUAL 2, MONUMENT POST-FOG-TITS MONUMENT _ POST,OR PRE-APPROVED EQUAL. �QsE NOTE:THIS PLAN IS NOTA LEGAL ENGINEERING DOCUMENT BUT j y',�• atAS AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 3, THE CASTINGS SHALL BE GRAY-IRON �c�''S' ti+yQY ti Hx'I'�� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CASTINGS,ASTM DESIGNATION A•48, THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, i CLASS 40,THE COVER AND SEAT SMALL " �„� 4 , KE , BE MACHINED 50 AS TO HAVE PERFECT r—+ ENOINECNING REPARTMENT CONTACT AROUND THE ENTIRE " a RCUMFERENCEANDfULLW1DTHOF ,p�, 1493 ,�O �� e $TANDARD MDNUMENT, BEARING SURFACE. O,` )STEW K .N1'WA..Y.".a. MONUMENT CASE AND COVER Ft7NkL ENS\ 4, WHEN THE MONUMENT,MONUMENT CASE ocsicuEo scut sTARD,wD plMl AND COVER ARE PLACED IN CEMENToPAWW uoxx 00 CONCRETE PAVEMENT THE CONCRETE LugCKED.—..... DATE 6-72 BASE WILL NOT BE NECESSARY. .lppaavED__ wcxrzw Saptemiaer 2009 i o . w 24"WHITE ! EQUALLY r CROSSWALK BAR SPACED z � (TYP) 24" 4{TYR} I ( $ I ! I I ! 12"-24"WHITE STOP LINE. TIRE TRACKS(TYP,) WIDTH AS SPECIFIED IN THE CONTRACT *TYPICAL 4 LANE ROADWAY CONFIGURATION IS SHOWN GSNERAL NOTES: i 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS, 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, ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT '... AND IN ACCORDANCE WITH WSOOT STANDARD SPECIFICATION 9.34. 4. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. '.. NOTEt THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BYTHE -`R.'')' O� NA3 ENGINEERAND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CITYI £RIOF DEPARTMENT THE CITY OF KENT..A COPY MAY BE OBTAINED ON REQUEST, �� ICENT PLASTIC CROSSWALK MARKINGS "d �y,36296 4 w..xixo+=x �, i �0 �v�T S>� DEONFO OW -. aN�+� ST> ti$ NE srwoaan PLAN gw.w SSioxnl � CHEPKEO ll�E _ ._. - 5--75M APPROYE0 [wW�R i i z F L, LETTER LAYOUT SHALL 8E PER (( f. `; INSECT STANDARD PLAN M•80.20.00 1 31,7" X2 L x { a l 4 O 1 a, y" ' 5L 31�D11 �K '0 01wY, V 4r `k ;y t >; TYPE 2SR(RIGHT) % TYPE 3SR(RIGHT) yg'. IS MIRROR IMAGE IS MIRROR IMAGE OF TYPE 2SL OF TYPE 3SL 01-6 { Iv TYPE 15 TYPE 2SL(LEFT) TYPE 35L(LEM � I N..pTE5r i I L ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION LENGTH VARIABLE 12"k•24"AS SPECIFIED 9-34. '. IN THE CONTRACT 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9.34)SHALL BE ADDED TO ALL PLASTIC MATERIAL. NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT -! AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE STOP BAR DETAIL ,� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF '�I,),��' THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF IfEP�ENTT coENOtNEENIN D9PA9TMrkNT [CEOT PLASTIC ARROWS, �¢ aazss WA-....'a. STOP BARS & ONLY LEGEND pri+ IST DESIGNED, DWH $GALE r+oNe STA NWD PLIN DNAL F�(l C ECKE�Q�..__ DATE 6-76M RPPROVED � r w0 g- O w iV ue a a rr, � o uqqr i I x o w� L3 m ru ,=a v ,A-A a w z b 6 z x,i m I m � b 5 a ( 7 {In d°• p' T 'a Fi 11 f k �' P ICI Swats }3g� l tt;r {{ `I, m (1� a i � �o ,ti .T `t: lilll til^ � s I :I Lit r � � fti q,•� um psp w t S 1 yy II ' i M1 S �Tr S" fI rTltl 'i3 i4 t a a 3 � lim tNits ��T� � r� �� , w � m w� wC3z mat%11 J a ` z a C z Q Q m 0 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �. m Y G FR& AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE t z vw, � yF WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, j N m m aa Y- K fi t2j NGINRERIO KENT RPARTMW c^ `� ui ux rG g w $ � ; w �, • TYPICAL BIKE LANE A Bse29s �4 w•"ANT MARKINGS IST /�y 1, 4 iwll Q'� hT� l� AP RKOYF� _____.._._.._.. BAG1E NONE yV f J R'1 i000 0 o rD S � nruwN PLAN se ICI ' I L � M 1!1 F d M "boa rl U A �F3w Ww rG4� m hZ- Vf t] IOU Qa m t s7 ! L— a: of �2 i 31 tl it II II I{ A li ;;�� } q I � � NOTE;THIS PLAN IS NOT LEGAL.ENGINEERING DOCUMENT BUT o oF.WASy�yc � AN E ORIGINAL,SIGNED BY THE ENGINEER RANOO APPONIC IROVED FOR iPUBLICATION IS KEPT ON PILE AT c) ox THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, ENT �3 CITY NSYMMETRICALINEE A DEPARTMENT � I ,P 2149 O 4- FCISTeP� 4 ICIPIT EFT TURN POCKET m S ONAL � a0 q}x1I OES(gNEO _. scmt C. STNigAR6 PLRY y.u O D WN BB _ fj(} r 5eptem4et2009 � i I r I a � Q ONLY NOTE: SEE STANDARD PLAN 6-73 FOR LANE MARKING DETAIL. o i U k � A ? E1493 a zZ �< v p�F ONAL a NOTE THIS PLAN 19 NOT A LEGAL ENGINEERING DOCUMENT BUT 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, CITY OF RENT ENGINEERING DEPARYMNT c LEFT TURN POCKET AT END KF.NT OF TWO WAY wA.x xarnx LEFT TURN LANE DESIGNED Dri SCALE NONE 5@NDJRO PU DRAWN 86 CHECKED DATE C,,,2)A tFAR9VcP leNo�R V I September 2009 N n �N o a i o L w tY iu a a 4.-s to N � a ZQz =mN v1 p a cC N z z m D K Q a_z i5d¢N o E2o xF o In� Gro p p zF mwwd �aµu!a as yµ 8 Q N 4� Q C 5 V I ti w fl W { Pm m_SS m Q� x�oo X JJ Q pZ .,i o�w ow ¢p w�i W O NN d� p 17 i.0 dui cai an Q¢ Qa o^pnZ N V' tit \ Oz Ow SN K � �dpaau, N v,o ��,� y �nw 000000 00 0000000000000all, w 20 "` o s_ •+ � � in ., �n Z 4 w w d �Wnn ca m n , W zod 8, ll0£ o ,grail �wz o ooaw M 4 L 0-1 (/Z� f NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT A .�� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED&YTHE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY Off' KENT �»r ENGINEERING DEPARTMENT 116 sazss �� `+..../ SIGN POST INSTALLATION STP �S�IQIITF�I+ � G DESIGNEE CCK SCALE NONE ...STANDARD PLAN. .. DRAWN CHECKED - DATE II41D15 Gi�«— GG�.y`d mom 4Yt MPRDVEO ___._ I WSDOT STANDARD PLANS CURBS SIDEWALKS AND DRIVEWAYS F-40.12-02 Parallel Curb Ramp F-40.14-02 Combination Curb Ramp F-40.15-02 Perpendicular Curb Ramp F-40.16-02 Single Direction Curb Ramp F-45.10-01 Detectable Warning Surface ROADWAY DELINEATION M-20.40-03 Longitudinal Marking Supplement with RPMs -- Turn Lanes M-80.10-01 Traffic Letter and Numeral Applications 2015 Asphalt Overlays/Araucto A - 2 May 20, 2015 Project Number: 15-3003 � a m wu.:nwMn C '$rn a c 5 �..o.� d N \0 3 g E. gRY $ c'N o e N m - m v m$2 v m F P> ty °rc j o ° Lam.. w a ° O i0 m Y. E m �v Ua 00 UA J C nw yy �Ep; "Y Y .cmE ca v a � cm a n U E K m w o on ffi �'E y 'a Q� p�oe Q 4Q � G H a m 3'G °mp `u � nU $m�� m v � IL a = 3 v g m v o�o am mn a`m U.e U ' awry w `fin a' F ''► w m ES ° aryry W "" mm mOj/I mgl C nm� N.O Y_mm EV� N a� y06 3m t512 a v h a E Uom h� W U$�m m 2u den >£ wm veE _ 0 ni�� �a oc� inua min F`SU Faa�m Uw aU°K �F... . w z N f0 r m rn O 1 2'if Z O K zZ m � U W LL ow F o m zCl }F p ' J W as tt III} 2¢2 W J wN U� W� u aw � om 1 y Y 'z TF 3 rc�Ea z oo � bF g U lllz y mQF U III Cj �[FKl a ?IE �QZ WWC b Z L9 Z om Y F U aU U °NQ 6 S W go � ro N pI-V tt W LL z b o , a V J 22 a w o W z K wa � j QJJa ro Wm ] W ro N � ru y1 Pwu Wwu j W� U Zm g O 4, U FF W QaF i F yoWo P%. r �n W e � o p dv a _ D uwi w 6m a Up � V �O ::i ZQ W m1- Y ZOK 1W-yQ s0 rc 3 z°z ua t m 6 U 6Z 3 w F ?] 2 w w9 NU LL J nZ $ M1LL F4 Q fiGZ og w z� I ZK S b QWF W u 6 m Wm C - @:n' U T�nnn Div» �a un�vfin W r e 16 U L a 8 P O N✓� L N Yi' y Vl E m s- ,,St a U$ a s oF,� a, ® @ a W o IL N N N D C iC p z' IL O' n NY � W QO O 12 �;p= ZeoU oWa .S ` 9`q Zo a w� m ® CQE G In �® W um o as c`a` a °2 V U9 II T - U aU $W 0 E $ � yc � `c Y Et r„ <� ' = O U Eo y £ O rn�W L C ...`o_ 5 z b w o d J IF` Eo on E `ag« z a3 Ha $T W o0 om Eat v rc Ew �@ EyW w eE mw L..L m m w CdAil o �E p oa mnq`° m0 a� mD Ernc a Eiac w w .b 5 ° ia Wn✓, GG� C'IE a= En UV Env uWiiFG yy x za rcmJ D` U` n °`N Nb as SEEE K c!g O blp d OF f Up yL�� vm �ti W.ap W3 W'e oUifi� £ a3' w v'o u$io N FLL µr_ zi Oy n G U J Q a6 N J � U .......... U GG U UUwz 02 Z m m Oy Opal Um mQa =E Z m LLW K W UO z T tS�N O SQ WW �p oa z ° or m "zzqq � �rc Z qq Uy W V nN am 5 2 Ev1 py �� N Wp Qya� µ W W mN UQ 'b 2 yLL,N t06 a'n g W U �°Wn yWj 7V p U olll n O__ ('du7 � i 5 o z y e W F �o o z m YO F w a g E ¢I g U k v0 N v0 b — x 531tltlA r io zm ¢LL z w T2 � P. �jzUm s� Wg oe ° W Wd F m 0-N W W �FyOm ��y K.O W 8 K UFWU U KVWZ R?N ¢ OUW U fo OOpN W .wjN 6h oa ''.. U6 Z Z.. Z¢FN UN W F� W� 530 Ua i��nnii uv».ia unnvvn U4 U p U �I rt wpm � M E.° a m01= LO Ha m m an Nm .1 a -Ea ^u qJ�v c m. ao09 t. m :m E n j ADZ 0 S.' 7 ® , �u m E`a «n ¢" UE EaW� a m � 6 z MU3 io .=:� mo 9$' E�E a � a 3 ri O N 3 .O0. mcW_ 14 c m w a d Env �'6 m r� `t .c10'_- w� ww -1 mac $yK ..9 oa puam 20 m LL� �i FF `'A'w y� H 9 0 Fm CO F w PJw oz U W p�N '-�-p ILO CUN N ��ccm -yN W �m p?o mm a'S nUa 9c E .c No Ti v° 6m N'E 3°m \iI .3m Epp rc^Sv 'm �' a �E =Y, .Ema.. WE N00 8& ry wa will Eo \1 o I a �.E 'Q9 f Mo. oc '� z $ a Iri m r m U gi UW t LLo 2 �?w z gLL6 _I�1 �m ¢� ao 1 aat os, z¢z etsE^ Y WU`a WCK it UQW $K p6 Q iF Wp a�N O � U6N UN W mt KK2 CU' W m KE 0 5 a LL �m w _ W q 1\ vWir W O O LL I3 nm O W U 3Z 6e ZNo �Q°Z l e U W W:nm f a.T,z WYW °ro w 2 �C6 m4¢w O�W LL �g W Zgy QLL W i�b w 2U kw y5 s Z 0 LL a z$ 1 00 1Z` E2 u0 2ny in W Q O SO R VN - w °zw i m 3a m m p S m Y Z nrm3 W 1 �j a . G° w 5y 5¢ 4LL:�: ZQZ U i O U y y �i WN 62 K 5 J g a 111 i $ e O K U 9 i s Z° W, Wd F WQ m 21 1� � 7yC1 °j Zn O � m< V2 OQ OU.W V � N i. GOi 6 �°m LL W m y RRY_:Ue �u ® ® o e E a ❑ off' g L n p O4' dvf� FIL a w u o A c@ O m e 5 w " c c `o as �� oo2 etc o 'gym d W 'jew a '� osi a� qrn @gym Yo aas n„ a a' e V g < .oc g`c' @z n IL w � Na! ' w $S° i ox rn a m �'" ca @ nUH ..c Eoi .� '��c °" d,� ye' y LU o .tip $.8 °i`° �o E m� Jp C G'i C m._ m E N w d'' 0 ° w c a «m �O c y�u PR 'eUy `vE rcm� yy�m amp O N c€ y C m 3N oa g`o m�L-0 mm a❑� m 't'm a a 8° �Uti Un U 'S5gg° w - mE ❑ F. @ U cE YSnci o� ' x7 coin me ac H i 2n�a N° W� °m ❑N� w� m� e _ E�cs@ci_cw ammomi _�wwu.N�e WEE n.UU5c..=y� £E�`w�o W -Ea 9aUaEw10S.F ' W p� yqqm UP im OmZ F r n U u �n ❑°a win cm w w �m i� ��E w U m a ci`° N °'�' � uJ a '.. O ^ INN Z N M V N tU 1� m V f Z y � W 'uUo m p z a NItlMSSOa° �o �r f rr o Woy �Zs b R A�-� m C ow °yq o � Oi u� Q ' a N gW �m Cdul u uw c°+0 " ❑ ¢y P Z ZW N u Z F N z 2r n rc b > O o z E Q po m m rc ww f�zo u 5 I a i 'u wm rck ON F Y JyJW ~° UZ Z ZlJ w pWN mz pK ¢ O pW ZO J Oi PU Z2 � $$WJO mN W y� Wad ~ o5 O�LL a ° mp < m in @ Zg ZQ 9 mD� W p 'NIW.O-6 co W. W. N n W W UW z w ur+w o of mu O R g ✓ 'M W Z VO "'__ 5z N g CD N� w' z z � �� z 3N rc N N I'dul W I iT Z J LLO t U a 0 L—Z °w w )a Z �C6[rz� a 9w <u ad W�>R LLU W � F m m ll]PPII AIP]A:1P lIMtl11P py y � g N Q "1 � a .2 m c w n� �a c� U � Od yd 3n Z usi m G E a a 9 }g� a E a Q..�I i J LL o u e n @ m n & @ a -E o ^ci o m G°'LU 6 LL �a &� S � ® w YA ,�^ m �' v m a @ ❑5 a'o p fir wS U9 y y rc m 8 e 22 . �M Q� NRO W S O: P ' N ° p I- �� 3 Sim c a n mm ° m -� € E ® �- �i BE 0 ym yH Eo oN w $t m�a° _',� °Oz s m� °z a .2 �`° �Ea ma@i ma zR .6E o v@ m ° c c m Sn Z U 3a 3o mm J9 @ Sm Q N ma mN mb W ppO v. Q f ME� far w p2 � 14 of v :n w; r Id i 8w 3 ° w rc 4 0z i " �o; �° mom= m a m m z02 � ¢ r Kw x2 W p IJ Np ' ? w0 y N F 2 Eg5 U J NIW mN O NI f9 a I z-ToY p Z W J W d w G ' o t9 Y" a mLLi Ui `< �¢ 1NW 94 "%tlW 94 a� N 'NIW.9 O m m p omcwn pp V tt i+ 00 p oaN i 5° s 2 � J II � w " 6 0 0 0 W N w F J g U2 lt' Z,d N ° F z W � Lau3 mw mLLw m ZO ww D oa u o'¢ zN LLNN U O $p w o m wGLL��y o w o" aF me �m� l U ~ x r11NN Ntl3a0 y B-ILL zw ,y 3atltlw Qua° olwu �g[�� K U ::.:.....: a owmw Nv3ae ow�� z oz ZHw. i n B per" om,�, °. m a YC § 6 i MUIl N83A :A9 WM a 3 e & ; - ; ,. § { _ ! B1% 0 ! 21-mm / \ !G 4§� _ • • ° ■LU / { )g / � MEOW ! « ® r r ) } / §CL § ° / r / { \ k u \ [ ] ®; ! r\ \ ( 0 [ [ f \ � � rill � : :,2) � \ \ ■ � , E � )} w \ , \ \ �� �- I : . . . / ■ � � � . 2■ _ . \ : zI- ] � \ : | ! flulu z IL ; \ / El - � d \\ : � � \ O ; R T c xc. _ ..nvaarr.. ZO T 2 eo, � III ® O C c CO m a z = o y yr fJ 'Z w a € fa a u tg e a J Q J o o A o a � IL W a a m H � O m r sa3u3� _ _ moaav F-� a 4 'D® �£ HE]IH.9-,9 310N 33SHDIH .0-,B � Z f IP EI w H V O h g u r O r z ��o 3 I o SW M Sltla3WON W Sa3uM ;slU7wm W u ; HDIH .9-8 310N 335 H91H A-.9 oa HDIH.A-.9 31ON 33SHDIH .A-.9 wA 19i� 0 0 U G W W o Sa31J11 Moaav HDIH 0 B 31ON 33S HDIH.O A �z a 1 _ o S I ¢ I z - a j � S\1VALVAAVVAAVAI\V�A3 m � 1��ttV VAS\�VAAAAAAAAAIA� 4 I I Sal= _ Sa71.l91 _ SW"A1 Sa3u3l III - pz HDIH..9-,9 31oN 335 HDIH�A-�9 ew9w HDIH.0-�8 31DN 335 HDIH�A �B w� w, N � P ^ I V1 ® ^ pa z P z e F o ° o WU Lew ti �4.,��! �OLL. J a Sa3ll31 __ SHall3l _ - o 'may o J a a w O w_ ti HOIH 0 8 31UN 335 HUIH p e NJ GlylS �Q9' 2 LLg i tt m € g Cw O m o If. ~z F a y �w SaHtgl _ 046Z WNbId us 01a3d3a w� HOIH.O B� 310N 335 � IOSWAs pV3Htl p131A O �1 Q U: 6 2 J = Sa3ll3l sa31131 w� U HOIH .p'.B 31°N 339 HOIH..O-,8 O F�S -- —gipp y _ t U.Z s ' SM3llT HOIH P-A 310N 3]S HOIHa— a]u �w �.HDIH.0 a0 .0-,9 Q G � Ei �w sa31131 'NIW o� HOIH A pL + 0 5 - i LL ¢ �� w Sa3LL3l Si13ll31 j lys ; � H0II1,0-.8 310N 33S H9IN.0-.8 I c L:� -w ww a 08WAO VSII -AS NMtlap I CROSSPLANS AND TI i 2015 Asphalt Overlays/Araucto A - 3 May 20, 2015 Project Number: 15-3003 z J E � o L o z � o w e � 21 ua w - ag x - w pww w z z x } z z g c� wzwww W p ¢ os s LOU = z, w � cn WO zx 2 v Of � ❑ z w � _ o �, m tl. U O Q O O K cc J s M 'a � -satlu3 m p w sT N Z ❑ e � � I n co O ❑ w m 4. K Ct _ G � Ptl Aa Ivn 3 % N n � 1 n ,. RAH RoINIA x: n I t evny _ AmN�90AM ®zF 0 N l � Y ® i — m I n p o � 2 N a a a ¢ v z aEl z o � I z o o °° $ 8 u f ¢ z � z3 zg oz y G i w o N o 5 a W G Fi z a a g w 3 N F x ❑ ° 'a 0 � C L! v '> G a ❑ ° t5 � '� w waa � I 0000000000000 O O o ❑ o z a z N32 ¢ F G m g r ' a 4 a s � zw F m W 8 tl LL w 8 F z 8 _ w a t 3 0 $ m s Z. W 3zz$ o y N w z r w i rc z'" z p W 'a° z V o G wo i g o o � � a 8 'pm map a ° y Ezw -an r Vw ip� am°.~ e a g ° D u a r Er o 3 wR � ° rc H w a w G a H Z G a o z z o z o o G o x �'BF w 3 'a z m w �^ w o °d w ¢e G ` G z o n W m z o "' z o m F G o a a z F o C a o " w e J 2 o o Q y n W b N o r x z W W z 8 �n o c '��' '��¢ '�J' � � 0 3 � '°W w� o� O � g o r a ° N � w � w x ., rc g 8 i i = e S1 Ae �q ' I w � W 3NIl N�1VW-- - y spa n � 13ma`s 2 a 9 F- . N LLI A"ltI d y PP''22 �N *� N 5 •.l N� J i U Ltd w a t � 4 1 ma F a - w w �o m x u Ex ry18bZ 3.S s W AI, U r }}y {" i f � i"�F i 3 YV' �33wh Z•• 3 w Zola _ V1 - O . l,4*1',i t # ?3 -� y of _ � W m z v W� s ha �� �N KIP N W m P iJ O�yQ LLB' Q sly- . Fr M 49 Y*g RRM Oki • G�g ". �n St ti•"." • e 'Ry ...yam I 'G .`"a �. 1 SIM 40 11 in X 3 2 W .t � Ya b yy,.. '3l s �, '�704—Ms � LLO YyY ,p f—O is �'� v3x 8Y if SAT . M V Ox, 3NIl H lift �,I 1S H199Z 3S '� 3 iy1 ,'T _ x N 9 n _ tl �. m u.. SyR'+ �a" Q tv q, q � Wm a J V 5nG 'C� yss �N �W d. e 3 m a.. `'• :F girt 9 N 4} FF O— f �j f Q Z § N W Q , 14 �% r, Al o Z53 n i Ok a ' iQr �� "'� k3NllHB1tlW-•-�- . i WW Y ''� 3NIl HDYtlWF__—_• � me-eeas' :.:t#`���e a; to 4 s4xi iY ti 9. x WW J ❑ ' 1 W W 1S aa£SZ 3S ❑ _� ,a N BMW `v ! s X YW..h.Nv�a+ w N 0, f ryR T'��1- -`'° ow I" a d 1 N `-emst3'!f 6A N i n Mf t ,�. and '?aztmx � 4 J _ d aNZ 3S ' o 07 ztt s: =U 0 �,g 'f� N e tl � s I u' d z a„ mmW ' LL !d' f WA Y' f ; S5~yy".+nt � ❑ N® r' � �$�xFyA° 3N'Sr'eQs'er."£k"=ane+ld M N 1S Ls65Z 3 zz ' 1S H195Z 3S LL O f r IT b,tr.tag€,. . 1 z ereis. . a.C:Y ,P a _ a "�,'8}k'affid+b J N f 7 s 1 x'� b _ ❑ _ �, W x J,#A oe Id 9 19 v JN W W t 2 Z 07 W 1 az F} ys N �` ld H14SZ 3S y J j .. 3 a :4 1` h RAF 3s raw C) r mop `6J j � � , i a , _ m kqffm . F T^ ki ? 9 , ` 3NIl HDIVW--- AV W x 4411, N N a is H1sSz 3s a B LL sPk t Yn " ". .. 11 } 1 r z tkzl £ W �' j � •?�� �- �' 'yam�� a r ' > g s- 0 JZ 40 � F t 'Frgvm 'wr ��rg 2 � dd11 j o � am +t� ❑ ree-�s— s a re rc ' .. O ❑ a � d „15zas Ww t 05' O is N199Z 3s' ` w o N H Z e'"�•' re.� ,+a w,`tjx��' .'i $x ILfixj rv���sx N T tp,•• � � ns.�nrc, E 3 k Al. y\ ?° ���nn Y' Y• '3NI� W Z # N K »* J a ¢ a a .,. ,. Id H169Z 3$ r M NA ot N f 3 h , v wo LL x?n al �.ye �s � � » 3NIIH9itlW--r a w a A •� J ; r C U b LL Mn y st ,` '1 t 3+ a e .- � N \ 54 Z 4k ,° r RQ b y N�. a•.h4 kY= 3107 w M I*6wWw dg pL ip • ' ¢.51 Q •` ^i ie w t�' U W ww Id H16,5Z 3S sv3l � R 3 � W 1 ir y 3NIl HB1tlW ir� N � 5 II w• V nn ~ d p F'm -� Z ra 0 t a l f �i z i h Esun =N W v U z ' $' U W a pe: d 3 $O� i $° OM J 2 , Q '••" 4 « M J U2zY« S+ .y R« a� ir pq J �- Y 1p K W YC m OW -+✓,Im E � w pGI�I 7 .fs C Y F'o ' 1S �8fiZ 3S °r 1 a Y I Ryy w t t r 3NIl HB1tlW --- -- � DN Y I Wz q N w W Q :� + d: x z f� �� �Q1414 p ��z z N W 2 � t nt" ti gk 4t'x;. V� �q W U i dl C a li 99 dim LLp Q *r 4a # w M p / SP Y W Ji s'ax 'ffiTafl» 0- 0✓ �g J Q 2 s= aw O t } LL t N hit,MM x tlh t I� ax w N Ei t '`Uh O Y J nL s 3NIl Hp1tlW'-•—_- r� >.x,r' }y Sv:Z 1S H19S13S 0 ya it !1 T RU '�Y+ma U Z Q 65 0 ✓ O U 9<'.. 4 �N f / eJrc] } 6Y.s Y 4q OVlr r �Q +a WyJ 6 u V Z W y W 2 W Z fp e d m �� U RXINOMMIMP r . �r f µy �r. 0, "S k�� P+ � LL0 _f. U t N • � � O W n Q ci Z e. r ssip� �t�e O U ""'mot M o fi •e ;, 3@ I, Yb k�f jRP `. yF6 Y V^H It g�S 7 v qy1 O}Y S JLA •� ;�`'5'�"a BNI't HD1tlW_.�___ s n_ _ II J N CD p Q W p O J w 0 U) U Q (r I Z Z a Z X U) m Iw- N fn I-'J S W j D D Ir`.;i, N W q HQIA�� Ow r H � L G `-:/ Z U d I gC(7 - W C9Q ; Zg ___ O F OW _ l� _Z S (Y > \ / x ~O ____'_ O O \� W p F N Z `' IDS J Z � � p NQ Z Q D \� I LOLpm cn � FLd-� Ill Z � ��°�1 a OZ Q cn F � 0 I� J U_ � W U � ¢ W `wz < J Oaf S - 11Q Ft 67 Up < W � � iso a � 0Jw cn � ~ < O < JO d' 01 Q n o d -.. I > W J Z S ¢ U d U O F F } a 5m N Z 4 S o ° J W 'I O Z I J w W i Li > p w o m ¢ I` w O Q J I z = w z W 7 N o d rf7 N N N N z � d I CDp O r W l Z } m I x W p cD cD c0 O v M N ¢ W W J I i > > W W -I _... O (n m X Z Z +M1� II IS— W n. Z� — � N w ¢ u J W m ¢ J o -J a l I CL L 00 p J ¢ a_ Z _ W w w 1�f —i cwn v' o cwn uw -- W W J J — w ¢ ¢ d d N S S I--- z r:N' 00) 00 00 OJ ul I X <.\� p W Z 7 X S W a Z Fp¢ � m � J L H D � U WUU pLLJ — — — W J U m (f) Q J_ t7 Ld Q O Of Q W '.. d a � � w OZ I- w = 0 � wn r CD LLJ 01 Di 0 � � o z Q \ _ O ~ Q W m Q N (nU O Z a t- lj Q wg ti;A�j Z OO w U w a � } ono LLJ � ow r � ¢ W U < - C � } N yr I- Z Of Z Q m F o w w W Q UU OZO - M � � •Z��+ a w � o a 0 n D i- W= c> Q a U LLI zc� �3Wa < w H W U Z g O N d m W U w � U ULd n coo N Of (n H � J Fr U � 0 ' N\\ w 0 L— w o 1 u m O a \ \ w F o Z J 0. � Q r D � V) O v� up) r Q O _ z cn Li Y N ' \� iq 0 < CD Z Z ; Q J d � Z O p ! U H ` < Q LLJ U w x -w = Ow � (—D o w < UN00 o � w 0 Q \w w w� ? N Fm �Q Om + > cncr cn wr QH x Q w � Z wJ w D J U y U m U O W L w W U Q w Z gZ > � QCVwZ HW cn > 0 O W = N 0 F p X Q = :E > W W cn Z U1 w dH wQc d- 0 ,i a� d N (D 3: DQ J m Z z a0 Z W O I W F- 0Z n - p a ULLJ X W w W U W U I- W U J C Z Z U Z U S W U O D Z Q LLJ O p o !7p i HpCLWW UWW p Z m \;.CJLLJ ¢ aQWU - � O Y d Q a Q W Q �: � U Lia' Vl � (nU a W m '' > wLj W p C.> x w LLJ H U [y Ul I O U z Z N Q � J " fq (n Q ("low u (OH OU W O • x F U J Lij (D H W a n a W a_ Q H a n F W W \= p W F SS w � � z -1 a Q " Q w Jo (n I- z z g a U F o W F' O O U W w CO w o m � I �� HF- Wa p N z J z L L J I ' Q Q H O Q J � `y i Q> > O J : J a O w Q Q Zn ¢m N o w �< W W O O W Q N z (n Q __.. f'7 N Y U I X W W �, Cn a W � I ¢ W 2._ Z S Q !n O ~ WLJ F- .. .. .. � Ij z < w LQ LLJ z w w w z 0 p # JOz §E v¢ jW J O > O W�U p ¢ � Z U aZ W QO m >W a m � �.� - - W W J W Q Q a r LLJ J J a' � 0 V H H H Zi. W W m 00 W i X V� In (n W W I Y Y W Z S W Q _ = m W - - - Q IN SIN I I CONTROL PLANS i 2015 Asphalt Over ucto A - 4 May 20, 2015 Project Number: 15-3003 C [ 0V3Hd r" IECEND w l3 SIGN LOCATION (7MPORARY MOUNT) 3 £-OZh1 `Y,i <( f RLAGOER LOCATION OL Z ❑J i a TEMPORARY TRAM-C CONTROL DEVICE (CONES) V4-04M I W S a a O z 7--—J, imall Mo MAJOR RESIDENTIAL STREET TO flQll§ e "M. ANY 1 2�n '�PP ( F T����V"A 41}2 iK�l tSJ'P'T Li 6x -4 �USEEmEm �� it t�tiL 4 f lU gM,10 "u'ii °LIRU t7fii.- t n ryry��ih ! t < ilillClVv r1 rx rn itq ys Iof r of - 1 Sl z+i w'IS AVE,AtAVE, Sr kGh'tt>st h.l. µi.nE� 1-6 t { �"a, j`1 t# rd �<; t rIC � Yli+.' it yuI i-:fS�.. :}� }IUICT) AFL CITY QI WIT [ '`'v*m.- W20-7A rru�il ztat. S°�fifelt;RTitttSi, i E r� '' ' r Piii^9r"1`PA''�ICI 'HTiplff i WOW A9FA FY!$ T tvBE !V,woPF LANE eC7+:..: rIItFE131G) Y NttlCa""ul'1,'L BE PtiO.+l7iC Al PRF$M''t, WD_ ft'7 A BE h PLAOF (IN `fr f Ltt I t Ct'S, I'N0 P W2D-3 OAS IN 'VAI t C- EARL C g 9 f3 MZVECTIL V040 L k"4w:i5a'liftet' MAY . A - r'"RUA6 r r t � I 3, WXKI MCLc 4-i a°` lv EhLI F> h S 95 T s11 IPE:#t 6 t5., . WORK Wmu- - O Y START O M WID 1411 1 J !'ci2 +s LANE Li PA} I a llCTy h- i0 W20-5 tF h.J��GTtf'o 0-AS. n A'I lOSrt r i+ ?UWl SYlVifif � 1 01AUNGll'Ll p+'Mil$„S 1 4#I S3 re sA ut },1 Ali T ALri 4szD i' T ('Pilrl '"'(�4°�' WI; f��di+r tRSS I � i> kr ita p s',PtN � tt3dT'rrC�GP Si1gLt €I IU+ UI CYI I) , �+h14 i It aTfr. S I Ntic I'. dfRr:Ni ,.(+e f I .Al 1I153) r c J ^ + 9Af IN ' WIN a bI1. F,l iT�x71R6 2015 ASPHALT OVERLAY Al ut ,e.�3lrctt�9A6 'n sa, i;,¢ioir prpa7ROJ ('^'"f' A�t� 8 j HAR rYavp CITY OF ICE+ NT t" EXNIs? j _ ENGINEERING DEPARTMENT pq� 015 F�♦� I , I jl �Y SIGN LCCA1IDN �YOKL1.fiksY v 3'1�4 s,,,.Fg (TElAPORARY MOUNT) Q��FZIRNE � �N l3 e`v'sta wl fONtf�� ` - ti Av 1C. .f'„ � U F FLAGGER LOCATION lmi Lot ¢I rR`7-.' s� ft N` t b 3N1dU,f' TEMPORARY 7RAFFIC CONTROL DEICE(CONES) t Gf:s;a 1^.a r5 tY "J.RC 1 w i flt I c "Ar;<r1 i I r1,7flN: p n1..£aso be 1.-es 4n t.urfl of E e ssrf^` ea,;,:1:ap " t eons}Id'aa, I " ti21 JOS 'fi31f7°T In{s'->*i1t." w£PUIL 1N 'th I N ,45 S!CFq 7 !1AY: P,Rio t0 ART Cy WORK .'@ NOITY CITY OF 3t t I fr,,MCT h S(fiCT i2 h7 C ti1,".NAt R F)3X3. G ° s i o�aou000 gi, .J.LS Q Owl aA i1 Viil TO F2 ,.r Y '•n� 4 h F J I CRY( ENT i F4 B Rt Yam/ r nr as-FCP l'f£ '�� 'W20-IA L s lalmr P 4 TWI i s w! IM-A EOiE V ' 3 &3 F'kid2{u nr c v;,'ai Tx 17 CI r; Ul I)t?E f3lpsu`-'' r q CALNPX? 1Wd Ri:YR Ii Alab!"&N.r SIARI r 6.`X r1witC Tr i NUE?iGCiif t` -HVU,4 tit5;d VW11. t a dE ' T1. Y F.:K?,Ctx"ii"�'4ii ADS;if ld'C 1plfa Lt°Erl C ILI" PA Lim oil tti:x a dH kh �7+u rfk it vylt'vi o 9a2E1 'A20-1 A tI � xTJ>Ts �. fi ay Tr 5[e !(tiny'€Y 5tC s [?:Sl 1'3 k'TbS.T'O`1'3 I cF st 21 071e f 2015 ASPHALT OVERLAY !,2, { r 3a9 2 1 l PROJECT ,c e t$caw' a 'h`if tdI C+r ry oT H [< CITY OF KENT scnlE u� FLAGR 2 ENGINEERING DEPARTMENT 0A� �yL2015 I i I 1 I EGEND rL SIGN LOCATION q (TEMPORARY MOBR7) i!SflEWALY ttOSEI� j :: TEMPORARY TRAFFIC i ! CONTROL DEVICE (CONES) %.. CROSS HERE_ ; I i ------------- � f n s o i IN iI j i 90EWA[N CLOSED 1 t CROSS HERE F R8-1fA RO-9 1 t hrJ�4�331. �tiaf- ._ ! AL ';GPuS 1 hD "P (:lt't, S-:AIJ. ri Mff:C;!A TO TK, rAIXI) Ay Up" 1 Fl i 3P6GIMATIOB 1 J 40'R N PA SACE ztjKr 1i ',Y Pk Alt 'Cf" I+°liG slry WSICIKS AIL BE Pt,C 0 f AT AU, 'AIM slAtE GM lV " DWPI Afx S 16�` 1!a'I?PAti , PYS IN ALIANCE OF START % INSTALL P( tS SICNI!S F %I2U1L{11I:'t t GU' E?Lnu! 11'ID it:q1 '10 S i Ak f JF to X Aglo NQ'ill"t tt�1K ' lit{iCITY i011 KTNIf PRv,, CT '1S E2'.C1,i 10 5 !}l'VJUS " L! illafEACROACIRN, kJIC lF #:4i CA'rtiWASP i'AYS. 1.A tel: (;Y PAT I, I fj, AI i;;F I. Cf.:.'t,EfN7.tillt+i Nt,ts;, ark Gt-Tt^,tEs t s SPA= 4f"IYF- =D Sl! } 10 t I Ella ,L' T t f;ANE R isEt;T(i?NS i l CU4fiti""-.iI ' L yl. Wi*' V CT LP L pv,mGE C pq 3)I�i I�t OZ , 10 > 5rA., '°' �y�. 4 �i'I NT 2015 ASPHALT OVERLAY *l1cA( �� 4�' i Pf �rlM� td ' I PROJECT �A ��tiS J C6 },Ut'-L�OR �.3 IQiaun 1. #•y mnaawonK IXHI9P CITY OF KENT WALK ENGINEERING DEPARTMENT DATE UW-913,_,_,�,�,,. I I .,_..� _ _.....y�..�......�,....�,.,, SIGN LOCATION �...._.....:___...._.._,.__ I r � If({ AE rFNQ 7 AWA Otl3hY <„ III \ mrpy,.;' 9 E (IFMPORARY MOUNT) �n TEMPORARY TRAfhlC CONTROL DEMCE (CONES) A E{ Emma \p 'lam G�dN�� la y SM1Y.yr I I � {C9 j I I t I � A I r I r { 1 G ttnOri `i " N t? J1� Fji� pi FtEcTY it TU,, Cw.t USE�E%7RE!!ElMM"; Y lii *s C},Iv"u-14,, FUT(l) At 1 t f 0 1.1.11 ,u. t ° y y! olttultir Ivtl�e 1ng rnt �. �t � oe _� t a ti `d, _u .v,�) i Ehc ac'C.!rf fr.�5u+�iOy re== t, ttAt °0° 1sl"nl K'r' 5 t 1 3 lv 1 ^tiCts,yl)i I aavC w)f or h4s11 *' �Yt iw llJkC _ '0 37 L1- P aMNS r c s d 7. 1 9 ai w Y� rLI + t n Il (. "S.D-sfl `fw r'f,C, Tf r1 r Tt�' ("I aW1+I 0 .t 14a r t v , ^tr ,r tr , , Lit: PIR, 1_2.`--) U �.` s( t rJ c , T t T 4t ,'C < AND tdf�V.) E1f10- �� tte i?ov �.tW`eE'E�,il Ct� iC t s't CAUTD[)Ar' DAYS, p,.i Rr ns t t r- T5 �rSSt 5C itt cVf;S t ''s Lt Fi 't L l VIM 07 M"RK, I,r)< 1N a' S s 1" F s v Y 5 L TCe 1,L Ui f S bN .N4C +L 2f,€N'f IAll$ ol� P's tI �( � WS-1 - I INN 4LN0'-"sG L zt,`a9 061�(,4f�.„ I,� ,ROAD Si.'4C{ri T y ry (`'�'.L,.NARRp'd5 t s3t",i2k3s1'h'Kt- 41k.`4t tt 1'L�,}p!/ N� a C r F rla a l �.i t r RO� (+GCUIMU00111 17 ;£' ') t'(t..�rt it �kF r; WOK t ) CG,,,MAC Z 0AALL "UST WH(k 4y —i aO 'IifFE°+tRi t'£I! 71 Rt f4Nl cr i7tT. �. ( 3) �1 t„ 1) �libl 2015 ASPHALT OVERLAY 4,DVA c > = hM 1, t r PROJECT 11 UNNTfa4 M� MikILL AfV to 1"t rs sr< S 5 -I;C£ » rrl .ir eDIVARtl KI! S(«t 0" .., wxmnuaron Y r At CI'I''Y OF KENT scAxE "rs y,r ax�nsv ENPINEERINO DEPARTMENT DATE, � 2055, .._..._ NARROW I PREVA I L I NG WAGE RATES 2015 Asphalt Ovcrlays/Araucto A - 5 May 20, 2015 Project Number: 15-3003 Page 1 of 17 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: 5/20/2015 County Trade Job Classification Wa a Holiday0vertimeNote King Asbestos Abatement Workers Journey Level $42.671 5D 1 H King Boilermakers Journey Level $64.291 5N 1C King Brick Mason Brick And Block Finisher $44.46 SA 1M King Brick Mason Journey Level $51.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M King Building Service Employees Janitor $21.29 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers lln Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.321 5D 4c King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.321 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers Et Tenders Diver $105.37 5D 4C 8A King Divers It Tenders Diver On Standby $59.50 5D 4C :King Divers It Tenders Diver Tender $54.82 5D 4C King Divers ft Tenders Surface Rcv Et Rov Operator $54.82 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers Assistant Mate (Deckhand) $54.33 SD 3F King Dredge Workers Boatmen $54.75 5D 3F Page 2 of 17 King Dredge Workers Engineer Welder $55.79 5D 3F King Dredge Workers Leverman, Hydraulic $56.92 5D 3F King Dredge-Workers Mates $54.75 5D V King Dredge Workers Oiler $54.33 5D 3F King Drywall Applicator Journey Level $52.32 5D 1H King Drywall Tapers Journey Level $52.37 5P 1E King Electrical Fixture Maintenance Journey Level $26.59 5L 1E Workers King Electricians - Inside Cable Splicer $66.76 7C _4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King I Bectricians - Inside Journey Level $62.30 7C 4E King _Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 King Electricians - Motor Shop Journey Level $14.69 King Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Ltectricians - Powerline Certified Line Welder $63.97 5A 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction 'King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D ,Construction Operator King :Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King _ Electricians - Powerline Pole Sprayer $63.97 SA 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic-Technicians Journey Level _$31.00 _1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.401 7D 4A 'King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B IR !Products Work Only King Pence Erectors Fence Erector $15,18 1 King E[ag2ers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91 7L ly King Heat & Frost Insulators And Journeyman $61.18 5J 1S Asbestos Workers King Heating Equipment Mechan Journey Level $70.37 7F 1E King Hod Carriers Et Mason Tenders Journey Level $4-.00-F_7A 31 King Industrial Power Vacuum Journey Level $9.47 Cleaner King Inland Boatmen Boat Operator _$54.57 5B 1K Page 3of17 King Inland Boatmen Cook $50.951 5B 1 K King Inland Boatmen Deckhand $51.19 5B 1 K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B rj1K King Inland Boatmen Mate $53.40 56King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 Of Sewer £t WaterSystems By Operator Remote ControlKing Inspection/Cleaning/Sealing Grout Truck Operator $11.48 Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer 8 Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $52.321 5D 4C _ 'King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed! King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 King Laborers Batch Weighman $36.17 7A 31 King ILaborers Brick Pavers $42.671 7A 31 King Laborers Brush Cutter $42.671 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 King Laborers Chipping Gun (under30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) ;King Laborers Choker Setter $42.67 7A 31 King Laborers Chuck Tender $42.671 7A 31 King Laborers Clary Power Spreader $43.461 7A 31 'King Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42.67 7A 31 King Laborers Concrete Placement Crew $43.46 7A 31 Page 4 of 17 King Laborers Concrete Saw Operator/core $43.46 7A 31 Driller King :Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking & $42.67 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.00 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller Et Bucker Chain Saw $43.46 7A 31 King Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 King Laborers Gabian Basket Builders $42.67 7A 31 King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker &Transit $44.00 7A 31 Person King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.67 7A 31 King LLaborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 -King Laborers Hazardous Waste Worker $44.00 7A 31 (level A) King Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King Laborers Hazardous Waste Worker $42.67 7A 31 (level C) King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 King Laborers Laserbeam Operator $43.46 7A 31 King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder-mud man $43.46 7A 31 King Laborers Material Yard Person $42.67 7A 31 King Laborers Motorman-dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air 13 Water On Concrete 8 Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers IPavement Breaker $43.46 7A 31 Page 5 of 17 King Laborers Pilot Car $36.17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Reliner $43.46 7A 31 King Laborers Pipe Wrapper $43.461 7A 31 King Laborers Pot Tender $42.67 7A 31 King Laborers Powderman $44.00 7A 31 King Laborers Powderman's Helper $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20") $43.46 7A 31 King Laborers SloperSprayer $42.67 7A 31 King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 'King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper Et Similar Electric, Air $43.46 7A 31 & Gas Operated Tools King Laborers Tamper (multiple fx Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer $43.46 7A 31 (lagger, Shorer 8 Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42.671 7A 31 King Laborers Track Liner (power) $43.461 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R '. King Laborers Truck Spotter $42.67 7A 31 "King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.701 7A 31 Worker44.01-54.00 psi 'King Laborers Tunnel Work-Compressed Air $79.40 7A 31 Worker 54,01-60.00 psi Page 6 of 17 King Laborers Tunnel Work-Compressed Air $81.52 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 31 8g ' Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 80 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31SQ _ Tender King Laborers Tunnel Work-Miner $44.10 7A 31 King 'Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.46 7A 31 King Laborers Well Point Laborer $43.46 7A 31 King Laborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer £t Topman $42.67 7A 31 Water King Laborers - Under rQ ound Sewer Pipe Layer $43.46 7A 31 t$ Water King Lan Irrigation Or Lawn Sprinkler $13.56 ndscape Constructio 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers KingLandscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $52.32 5D 1H King Marble Setters Journey Level $51.32 SA 1M King Metal Fabrication Rn Sh Fitter $15.86 1 King Metal Fabrication (In ShoRl Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop} Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 Jo King Millwright urney Level $53.42 5D 4C :King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buitdinn s Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Toot 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 $52.57 5D 4C King Plasterers Journey Level $50.42 77n 1R Page 7 of 17 'King Playground fix Park Equ pment Journey Level $9.47 1 Installers King Plumbers Et Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power EcryipmenLOperators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.971 7A I 3C 8P i King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P !. King Power Eauipment O erp ators Cableways $55.241 7A I 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 8P King Power Equipment Operators Compressor $51.971 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) _ King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under !King Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3C 8P Page 8of17 Cranes: Through 19 Tons With - Attachments A-frame Over 10 Tons King Foyer EquiQment Ooerators Crusher $54.75 7A 3C 8P King Rower Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Fower EquiRment Operators Drilling Machine $54.75 7A 3C 8P King Fower Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type King Fower Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco & Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments :King Power EquiRment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power E uq foment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P ` Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Eguipmenfi Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. 8 Over King Power Equipment Operators Hard Tait End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power EquiRment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C E8PTons And UnderKing Poent Operators Loader, Overhead 8 Yards. ft $55.79 7A 3Cwer EquipmOverC ' King Power EquiRment Operators Loader, Overhead, 6-Yards. $55.24 7A 3C 8P ' But Not Including 8 Yards King Fower EquiQment Ooerators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King power Equipment operators Locomotives, All $54.75 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P King Power Equipment Operators $55.79 7A 3C 8P I' Page 9 of 17 _ Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equ pment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing King Power Equipment operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equjp e operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equ pment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution ft Mulch Seeding Operator King Power Eauioment Operators Outside Hoists (elevators And $54.33 ZA 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P 20 Tons Through 44 Tons '.King Power Eauioment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 2 Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons iKing Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P :King Power EguiomentOaerators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment O erp ators Pumps -Water $51.97 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment 0 erp ators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P '- Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $51.971 7A 3C 8P King Power Equipment Operators Rollagon $55.24 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P i. Materials 'King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P iKing Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P :King Power Equipment aerators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards "King Power Equipment operators Scrapers - Concrete Et Carry $54.33 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P l' Page 10 of 17 King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King EO—Wer Equment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King 'Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A X 8p Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Eauipment Operators Stipform Pavers -$55.24 7A 3C 8P King Power E moment-Q-p—erators Spreader, Topsider a $55.24 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer -$54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or ---$55,24 7A —3C 8P Truck Type King Power Equipment Operators Trenching Machines $54.33 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over King Power Equment Operators Truck Crane Oiler/driver $54.33 7A X 8p Under 100 Tons — King EgAtL-E�Operators Truck Mount Portable -$54.75 7A 3C p— Conveyor (King !Power Equipment Operators Weider $55.24 7A KC EP King Power Equipment Operators Wheel Tractors, FarmaL[ Type --$51 97 ZA 3C BP King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A X 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Assistant Engineer _T51.97 7A X 8P SewerUnderground 8: Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P 'underground Sewer aWater King Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer Et Water Concrete King Bobcat -$51.97 7A X 8P Underground Sewer a Water King Power EaUiDment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer a Water Equipment King Brooms -$51.97 7A —3C 8P Underground Sewer Et Water King Power EguipiDent Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer Et Water Page 11 of 17 King Power E ui ment Operators- Cableways $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P 1 Underground Sewer a Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P '! Underground Sewer & Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer a Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer it Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54,33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer a Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King (Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer &Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underpround Sewer &Water Through 199 Tons 'King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer & Water King Power Equipment operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer Ft Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P < Underground Sewer a Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $54.75 7A 3C 2P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer a Water 'King Power Equipment Operators- Dozers D-9 a Under $54.33 7A 3C 8P Underground Sewer & Water Page 12 of 17 'King Power Equment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P _ Underground Sewer 0 Water Or Crane Mount King Power Equipment Operators- Drilling Machine __$54,75 _7A _3C _8P___ ULderaground_5 wer a Water --- King Power Equipmant-9pgotors- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer Fz Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer Et Water And Gamaco a Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8p Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A X 8P Underground Sewer Et Water With Attachments King Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer 8q: Water Prints, Cut Sheets, Etc King Romer Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch __$54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tait End Dump _$55.24 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. Et Over King Hard Tait End Dump $54.75 7A 3C 8P Underground Sewer fi Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontat/directionat Drill $54.33 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill _$54.75 7A 3C 8P SewerUnderground Et Water Operator King Hydratifts/boom Trucks Over $54.33 7A X 8P Under p Lund Sewer Et Water 10 Tons King Power Equipment Operators- Hydratifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer Et Water Tons And Under —_ King Lower Equipment Operators- Loader, Overhead 8 Yards. 8: _$55 79 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8p Underground Sewer Et Water But Not Including 8 Yards I King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer Et Water Yards King Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt __$54.33 7A X 8p Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer Et Water 7A K King Power Eq�jj�ent O $54.75 perators- Material Transfer Device 8PUnderground Sewer It Water King !,Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P lU Underground�Sewer 8:�Water $0.50 Per Hour Over Mechanic) King "Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A ! g IC L Underg round Sewer Ft Water finishing Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer & Water Finishing King Power Equment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer Et Water Distribution Ft Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer &Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons ,King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P , Underground Sewer 8: Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P i Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer B Water "King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom ,King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Beltman $51.97 7A 3c 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer Et Water 45 Yards King $54.33 7A 3C 8P Page 14 of 17 Power Eautpment Orators- Scrapers - Concrete Et Carry Underground Sewer E, Water All King Scrapers, Self-propelled: 45 -$55.24 7A —3C 8P Underground d SewL----,r-a Water Yards And Over King 1 Power Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer 8: Water King 7A Shotcrete/gunite Equipment 51.97 3C 8P Under€�raund Sewer ti Water King Power Eautpment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer Ft Water Tractors Under 15 Metric Tons. King B—--�55.24 Operators- Shovel, Excavator, ackhoe: 7A 3C BE !��er round Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Eq uipment ou qqWm2nt Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8-p Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Shovel, Excavator, Iiiackhoes. -$55-79 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Shovel, Excavator, Backhoes:--$56.36 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons 3C 8P King EoL���� Stipform Pavers -$55.24 7A 3C qnder2round Sewer &Water - King Spreader, Topsider & $-5524 7A 3CC BID Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer --$54.75 7A 3C SP Underground Sewer &Vdater King Tower Bucket Elevators $54.33 7A 3C 8P _ Underground Sewer & Water King Tower Crane Over 175'in $56.36 7A 3C 8-P- Underground Sewer & Water Height, Base To Boom King Power Eouipment Operators- Tower Crane Up To 175' In $55.79 7A ic Ep Underoround Sewer Ft Water Height Base To Boom King "Power Equipment Operators- Transporters, All Tr -$55 24 7A 3C 8P UnderUoUnd Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 -$54.75 7A 3C 8P Underground Sewer ft Water Tons And Over King Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer Ct Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Under round Sewer Ft Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Wheel Tractors, FarmalL Type $51.97 7A 3C 8P Underground Sewer Et Water King !Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P _ 'Underground Sewer & Water Power Line Clearance Tree Journey -�45.75 —4A King Level In Charge 5A Trimmers Page 15 of 17 King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance "Free Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers ,King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration 8 Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $51.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drvwall Journey Level $40.14 5D 4C Applicators King Residential Drywall Tapers Journey Level $52.37 5P 1 E 'King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 7L 1 H King Residential Insulation 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 r$42.58 1 King Residential Plumbers £t Journey Level 1 Pipefitters 'King Residential Refrigeration Ft Air Journey Level 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) 7F 1 R Workers King Residential Soft Floor Layers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) , King Residential Stone Masons Journey Level $51.32 5A 1M L King Residential Terrazzo Workers Journey Level $46.961 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers _ King Residential TRg Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E King Shipbuilding Ship Repair Boilermaker $39.8 Et 7M 1 H King Shipbuilding &. Ship Repair Carpenter $39.241 7T 2B King Shipbuilding £t Shi Rp epatr Electrician $40.16 7T 4B 'King Shipbuilding a Ship gg air Heat 8t Frost Insulator $61.181 51 1S King Shipbuilding a Ship Repair Laborer $40.19 7T 4B King Shipbuilding a Ship Repair Machinist $40.18 7T 4B King Shipbuilding a Ship Repair Operator $40.11 7T 4B Page 16 of 17 King Sh pl uitdmg & Ship Re air Painter $40.16 7T 4B King Pipefitter $40.11 7T 4B 'King Shiobuild�ng Ft Shin Repair Rigger $40.19 7T 4B King Shigbuitd Sheet Metal $40.14 7T 4B King ShIpbuitding Fs Shin Repair Shipfitter $40.19 7T 4B King ShipbuiEdina & Ship Repair Trucker $40.03 7T 4B King Sh�pbuitding tt Ship Repair Warehouse $40.08 7T 4B King Sh pbuilding & Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers & Installers Sign Installer $22.92 1� (Electrioal) King Sign Makers & Ins al[ers Sign Maker $21.36 1 tEtectricat King Si n Makers & Installers (Non Sign Installer $27.28 1 Etectricall King Sign Makers €t Installers than- Sign Maker $33.25 1 Electrical) King Snft FEoar Lavers Journey Level $42.41 5A 3D 'King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters tFire Journey Level $69.74 SC 1X Protection) - - ?King Stage RiffRinn Mechanics {Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers - King Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor - - - King Surveyors Chainman $53.81 7A 3C 8P '!!, King Su veyors Construction Site Surveyor $55.24 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians `King ;Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside - King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B _ Outside - - King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside - - King Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside - 'King Telephone Line Construction Special Apparatus Installerll $36.19 5A 26 Outside - - King Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside - - King Telephone Line Construction - Television Groundperson $19.45 5A 26 Outside Page 17 of 17 King Tetephone Line Construction - Television $25.89 5A 213 Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 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 Stripers Journey Level $43.11 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) :King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) ,King Truck Drivers Dump Truck Et Trailer $49.85 SD 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L ! Council 28) King Truck Drivers Transit Mixer r$43.23King Welt Drillers ft Irrigation Pump Irrigation Pump Installer Installers King Well Drillers B Irrigation Pump Oiler Installers King Well Drillers a Irrigation Pump Well Driller 1 Installers Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 ##:kXt##x}#####N#:I:##-:k* Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not loss than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE,HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours-Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after tither workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on 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 Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be,paid at one and one-half times the hourly rate of wage. All 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. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage, 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 hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 I. 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 tines 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. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday,the day before Saturday,Friday, and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 !i 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 workweek) or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be.paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 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 threes the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U_ All hours worked on Saturday,,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 homy Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half limes 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 1N EXCESS OF EIGIIT (8) HOURS PER.DAY OR FORTY (40) HOURS PER WEEK SHALT, BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established.or forty (40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 I Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 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 mad one-half tunes the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall 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 shall be at the applicable overtime rate until such time as the employee has bad a break of eight(8)hours or more. , D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium 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. 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 shalt be paid at double the hourly wage rate. 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 i, and one-half times the hourly rate of wage including holiday pay. H. 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(1-1/2)times the regular rate of pay. I. 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 week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, 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 IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage, B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4) day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two(2)hours.of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve (12)hours of work shall be paid at one and one half(1-1/2) times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating,capacitor stations,generating plants,industrial plants, associated installations and substations,except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten-hour weekly schedule,either Monday thin Thursday or Tuesday thin Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week, and Saturday shall be paid at one and one half(1'L)times the regular shift rate for the fast eight(8)hours. All other hours worked Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half tithes the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. IIolidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays: New Year's Day, Memorial Day, independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). 5 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 5. K. IIolidays: 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 Ring Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9), P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A IIoliday Falls On Sunday, The Following Monday Shall Be Considered As A IIoliday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, and Christmas Day(6). r 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 Chistmas (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). j Holidav 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). I 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 IIolidays: 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). 1. Paid IIolidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday ij 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). 6 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 6. Z. Holidays:New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday 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 (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday_ If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: Now 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 fails 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 alter 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. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King In Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 7 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day; the Friday and Saturday after Thanksgiving Day,And Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day,Labor Day,Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,'I'banksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after, Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. if any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 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 1 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. T. 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 falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fiinge 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 Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 8. 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'-SL00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Peet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75,Level 13: $0.50,And Level C: $025. M. Workers on hazmat projects receive additional hourly premitmis as follows:Levels A&B: $1.00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A:$1.00,Level B: $0.75,Level C: $0.50,And Level D: S0.25. 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 shrift shall be used in determining the scale paid. 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 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. 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. 9 ENT 'Nn:rv.irvGioH ' Agenda Item: Bid Calendar - 9B TO: City Council DATE: June 16, 2015 SUBJECT: 2015 Asphalt Overlays - Award MOTION: Move to award the 2015 Asphalt Overlays Project to ICON Materials in the amount of $1,066,044.05 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 will overlay two residential streets; SE 251" Street to South of S. 2591h Place and 1091h Avenue SE from SE 2481h to SE 256`h Street, The project consists of installing approximately 3,500 tons of hot mix asphalt, 12,620 square yards of planing asphalt concrete, 22,000 square yards of fabric reinforcement, 1,000 tons of crushed surfacing and other work. Four bids were received for this project with the lowest responsive bid from ICON Materials. EXHIBITS: Memo Dated June 10, 2015 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Funding for this project will come from the Solid Waste Utility Tax. REQUEST FOR MAYOR'S SIGNATURE dT Print on Cherry-Colored Paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEP�A NT) Approv4bY rect r Originator:Joe Araucto Phone (Originator): 5664 Date Sent: :50(I& Date Required: 71 Q V& Return Signed Document to:Nancyvoshitake Contract Termination Date:180 working days VENDOR NAME: Date Finance Notified: (only required on contracts 6/16/15 ICON Materials 10.000 and over or on any`Grant DATE OF COUNCIL APPROVAL: Date Risk Manager Notified:N/A 6/16/15 (Required on Non-City Standard Contracts A reements Has this Document been Specifically Account Number: 15-3003 Authorized in the Budget?(*)YES UNO Brief Explanation of Document: The attached construction agreement with ICON Materials consists of installing approximately 3,500 tons' of hot mix asphalt, 12,620 square yards of planing asphalt concrete, 22,000'square yards of fabric reinforcement, 1,000 tons of crushed surface and other work. For additional information, see the attached'Council motion sheet. All Contracts Must Be Routed pThrough The Law Department> (This area to be corny y,th,p Law Depart ent) ;. ' R eceived: n Dept.: ments: a , 3 i, Date Forwarded to Mayor: ' '� r �_ �', ;t' Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: Disposition: Date Returned: P:\a'vIIlFmmsl�oumem Fraceeane� .y esirorMeY'Kq anemm aoax