Loading...
HomeMy WebLinkAboutPW18-192 - Original - ICON Materials, Inc. - 2018 Asphalt Overlays Project 18-3001 - 05/11/2018 �OT Records Maniagement Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. ❑ Blue/Motion Sheet Attached Pink Sheet Attached Vendor Name: ICON Materials Vendor Number (]DE): Contract Number (City Clerk): Category: Contract Agreement Sub-Category (if applicable): Ch,�, ww ��r Project Name: 2018 Asphalt Overlays Contract Execution Date: Date of the Mayor's signature Termination Date: 90 working days Contract Manager: Drew Holcomb Department: PW: Engineering Contract Amount: $1f754f376.00 Approval Authority: 0 Director [:] mayor Z City Council Other Details: The proiect consists of contructing,APA curb ramps, minor curb and sidewalk repairs, planing bituminous pavement, asphalt overlay and other work. �� �miii . W'��° �1 our I�luu �b �u � m�� mum �mio u � ��ww emu. ow �ww �IiW � eN,om � � � � nmm� Nm "` IW.0 °., � I ^�e..l�uu!��ry e�P� �.��u� ...... .,: IIIII � � � lu �, „� � ° mir ill@ � �. a .� h �mn'•'� �... .�, s � � m � � 9 .�. ,� „ �„ a �:. .. ��� ,:. �iii�iiiiiiiiiiiiiiiii � " IIIII i��� ������ ����-����I������� ��„r � � .�w,a ��. � � �u��9i ��� luau i i m '". PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe ,m innuz,�klP , �>�� " Kent, WA 98032 `'^++urr rre 2�b E' T Fax: 253-856-6500 was� x�.on PHONE: 253-856-5500 I CITY OF KENT KING COUNTY, WASHINGTON 2018 Asphalt Overlays Project Number: 18-3001 ADDENDUM No. 1 April 11, 2018 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: AL I.. Cil'°9ANGII S AllltE 16°1,11E 'wlll...N�'w't' "'lli"III;';;D IN I1RIE11:) I — KENT SPECIAL PROVISIONS Page 5-1 — Division 5 — Surface Treatments and Pavements DELETE the first paragraph of this division: 6asc 4 on H-Te b 01 ; 1DG 3F r rtl n rl... larrs#(a: l lrrr� fstat R sw :otr t� i:rsa. khrof,-Ad�W G;w-rI which-r ems- " � =1 Standard Spe6�ficatiorvx.. "Rhis- Division Wiii be arnended Get P are-nluj e, l�c�la#uc.e C.�aor�:r�tlyr refererxms to PG 4,....-22 rrizaJ..PG 5SH- il- aw.,e...:::so61 wq fl�rwrcpr 'rfr9 � II - PLANS Sheet 35 of 50 REVISE pavement hatching on 137`h Ave SE, pavement repair hatch added. ADD callout, "Pavement repair as needed directed by Engineer." END OF ADDENDUM No. 1 - //-/F_3 0 Chad Bieren, P.E. Date 01 3 Deputy Director/City Engineer C v Attachment: Plan sheet 35 of 50 Y P� Mayor Dana Ralph,,. a d � jjjj a or ly r � Y , hqq y S 711 zo /� r i /i i r µ� N Px E r J try, ...., l" za ➢ rui I ' a. - r Ip AN %! / r, � O ��I �Il�( � �� fm 1, i,,✓ � ; 100 jpf +ry� i/F 1 r p k` INDEX Section 'I Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Dent Standard Plans Section 6 WSDOT Standard) Plans Section 7 Traffic Control Plans Section 8 Supplemental Information, Section 9 Prevailing Wage Rates I CITY OF KENT KING COUNTY, WASHINGTON KENT 'SPECIAL PROVISIONS FOR 018 Asphalt Overlays Project Number: 18-3001 BIDS ACCEPTED UNTIL BID O ERNE; April 17, 2018 April 17, 2015 10:45 A.M. 11:40 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 40 WASH IN GTON BIDDER'S NAME CPM Development Corporation DBA ICON Materials CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Project ct Number: 18-3001 BIDS ACCEPTEP UNTIL BID OPENING April 17, 2018 April 17, 2018 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT W A S H I N O T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $10oK) Subcontractor List (over $1 million) Contractor's Qualification Statement Certification of Compliance with Wage Payment Statutes 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 Traffic Control Plans Supplemental Information Prevailing Wage Rates INVITATIONS TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 17, 2018 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed In accordance with this"Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, Including U.S, Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: 2018 Asphalt Overlays Project Number: 18-3001 The project consists of constructiing, ADA curb ramps, minor curb and sidewalk repairs, planing bituminous pavement, asphalt overlay and other work, all in accordance with the Contract Plans, APWA/WSDOT GSP, Kent Special Provisions, and the WSDOT Standard Specifications. The Engineer's estimated', range for this project is approximately $1,900,000 to $2,300,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Drew Holcomb, P.E. at 253- 856-5561. 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. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of$50 for each set. Plans and specifications can also be downloaded at no charge at Ken%M,ggv/doing"buslnass/b1d,&zptQZUX+I11 . 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 must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities In the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their Initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 26th day of March, 2018. BY Kimberley A. moto, City Cler Published in Daily Journal of Commerce on April 3 and 10, 2018 CPM Development Corporation DBA ICON Materials CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date April 17, 21018 This statement relates to a proposed contract with the City of Kent named 2018 Asphalt Overlays Project Number: 18-3001 I am the undersigned bidder or prospective contractor. I represent that - 1. I xxx have, __� . have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. CPM Development Corporation DBA ICON Materials NAME OF BIDDER 1 BY: I - General Manager/VP SIGNATURE/TITLE 1508 Valentine Ave SE Pacific, WA 98047-2103 ADDRESS (Note to Bidders: The Information required In this Compliance Statement is informational only) 2018 Asphalt Overlays/Holcomb 1 March 27, 2018 Project Number: 18-3001 DECLA,RATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability, 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By. � r"-� � . Rob Meidinger For: CPM Development Corporati DBA ICON Materials Title: General Manager I VP Date: April 17, 2018 2018 Asphalt Overlays/Holcomb 2 March 27, 2018 Project Number: 18-3001 ` CITY OF KENT 14tDMIIN'ISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. CPM Development Corporation D PI ICON Materiais 2018 Asphalt Overlays/Holcomb 3 March 27, 2018 Project Number: 18-3001 CITY OF KEIN'T EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT I This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. CPM Development Corporation I, the undersigned, a duly represented agent of_ DBA ICON Materials _.._,m..._ _ ._....-_._ Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2018 Asphalt Overlays/Project Number: 18-3001 that was entered into on the (Date) _.._._......_ _ _._...., between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By _.._._ _.. ...._n. For: Title: Date: 2018 Asphalt Overlays/Holcomb 4 March 27,2018 Project Number: 18-3001 PROPOSAL I To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Mark Eichelberger I Senior Project Manager has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2018 Asphalt Overlays/Project Number: 18-3001 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid Items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ,._...._ - ITEM UNIT NO. NO. OUANTITY 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. CPM Development 2018 Asphalt Overlays/Holcomb 5 Corporation March 27, 2018 Project Number: 18-3001 DBA ICON Materials SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $NJOW-po$ N 000.00 WSDOT LUMP SUM Per LS 1005 2-02.5 3,250 Saw Cut Existing Asphalt $ 14•00 $ lal COO.OD KSP LN FT Concrete Pavement Per LF 1010 2-03.5 250 Roadway Excavation Incl. $ 14f0.0D $ 15C�s pjj WSDOT CU YDS Haul Per CY 1015 2-03.5 30 Unsuitable Foundation $ Id3.00 $ 31090. CC WSDOT CU YDS Excavation Incl. Haul Per CY 1020 2-02.5 2,140 Remove Existing Asphalt $ a0,00 $ ga.lsco, oo KSP SQ YDS Concrete Pavement Per SY 1025 2-02.5 1,820 Remove Cement Concrete $ 51, 00 $ al $a 0. 00 KSP SQ YDS Sidewalk Per SY 1030 2-02.5 3,120 Remove Cement Concrete $ 15.p0 $ 'POI$00, 00 KSP LN FT Curb and Gutter Per LF 1035 2-02.5 30 Remove Cement Concrete $01 00 $ 75D, 00 KSP LN FT Extruded Curb Per LF 1040 4-03.5 100 Gravel Borrow, Including Haul $ I&OD $ $D0 00 KSP TONS and Compaction Per TON 1045 4-04.5 600 Crushed Surfacing Top $ a3.50 $ 1q, loo. oa KSP TONS Course, 5/8 Inch Minus Per TON 2018 Asphalt Overlays/Holcomb 6 March 27, 2018 Project Number: 18-3001 CPM Development Corporation D13A ICON Materials SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1050 5-04.5 22,800 Planing Bituminous Pavement $ q.90 $ 951 -760. 00 KSP SQ YDS Per SY 1055 5-04.5 4,650 HMA Class 1/2", PG 581-1-22 $ 51, 00 $ 37b7450 W KSP TONS Per TON 1060 8-14.5 66 Cement Concrete Sidewalk $ 105a 00 $1a5, 306.00 KSP EACH Ramp Type Parallel A Per EA 1065 8-14.5 2 Cement Concrete Sidewalk $9i050•o6 $% 100, 00 KSP EACH Ramp Type Parallel B Per EA 1070 8-14.5 2 Cement Concrete Sidewalk $21 050.60 $ G1, 106,00 KSP EACH Ramp Type Single Direction A Per EA 1075 8-14.5 1 Cement Concrete Sidewalk $ 3, 100.0 $3,f0Q,on KSP EACH Ramp Type Combination Per EA 1080 8-14.5 670 Cement Concrete Sidewalk $ bb $ 2�r 1rJ�. Ob KSP SQ YDS Per SY 1085 8-14.5 40 Cement Concrete Sidewalk, $ 7N•a0 $al ql�0. 00 KSP SQ YDS 6 Inch Depth Per SY 1090 8-04.5 3,120 Cement Concrete Curb and $ 'H-00 $ 137, ?g0,00 KSP LN FT Gutter Per LF 1095 8-04.5 1,750 Pedestrian Curb $ 1'5,66 $�(p, 250. fy0 KSP LN FT Per LF 2018 Asphalt Overlays/Holcomb 7 March 27, 2018 Project Number: 18-3001 CPM Development Corporation DBA ICON Materials SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1105 7-12.5 12 Replace Existing Valve Box $ 300.00 $ 91(000. 00 KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade 1110 7-05.5 10 Remove ExistingManhole Frame Ind 06 1'"T KSP EACH and Cover and Install New per EA00.fd0 $ Y 00 Circular Frame (Ring) and Cover, Type 2 1115 7-05.5 9 Adjust Existing Manhole $ 900, 00 $3l1D0, 00 KSP EACH Frame and Cover to Finished Per EA Grade 1120 7-05.5 34 Adjust Existing Catch Basin $ 5 5.00 $ f l Iet0, 00 KSP EACH Frame and Grate to Finished Per EA Grade 1121 7-05.5 2 Adjust Existing Sanitary $ 4 W. LV $ 8D0,oo KSP EACH Sewer Cleanout to Finished Per EA Grade 1125 8-13.5 72 Adjust Existing Monument $ qp0. 00 $ 49$1 300.OD KSP EACH Case and Cover to Finished Per EA Grade 1130 8-18.5 1 Remove and Reset Existing $ 00.00 $ wo'ob KSP EACH Mailbox Per EA 1135 8-02.5 100 Topsoil Type A $ 00 $ qts KSP Cu YDS Per CY 1140 8-01.5 150 Hand Seeding $ �jrJ,00 $ $1250. 00 KSP SQ YDS Per SY 1145 1-10.5 3,200 Traffic Control Labor $ Sp, 00 $ 1-7 1,goo o0 KSP HOURS Per HR 2018 Asphalt Overlays/Holcomb 8 March 27, 2018 Project Number: 18-3001 CPM Development Corporation DBA ICON Materials SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. OUANTITY PRICE AMOUNT 1150 1-10.5 750 Traffic Control Supervisor $ 78.00 $5'3,5CO.0D f KSP HOURS Per HR 1155 1-10.5 1 Temporary Traffic Control s 5,W-0 $5/$00. 00 KSP LUMP SUM Devices Per LS 1160 1-10.5 190 Portable Changeable Message $ J7.b0 $ It) gab 06 KSP DAYS Sign (PCMS) Per DAY 1165 1-10.5 160 Sequential Arrow Sign (SAS) $ 1$, 60 $ a, ggQ. co KSP DAYS Per DAY 1170 8-01.5 131 Inlet Protection $ (0 1 ,0d $ 7, Q��I D0 KSP EACH Per EA 1175 8-01.5 260 ESC Lead $a3, 00 $ , 9?0 56 KSP HOURS Per HR 1180 8-01.5 460 Street Cleaning Sweeping $ M-00 WSDOT HOURS Per HR 1185 1-07.15(1) 1 SPCC Plan $d� ()p.t�0 $ Ar CJ WSDOT LUMP SUM Per LS 1190 8-01.5 1 Temporary Erosion/Water $10,000.00* 10,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Commonrrice to all bidders 1195 5-04.5 1 Asphalt Cost Price Adjustment $5,000.00* $5,000.00 KSP CALC Per CALC *Common price to all bidders 2018 Asphalt Overlays/Holcomb 9 March 27,2018 Project Number: 18-3001 CAM Development Corporation DDA ICON Materials SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1200 1-04.4(1) 1 Minor Changes (Schedule I) $25,000.00• $25,000.00 WSDOT CALC Per CALC *Common once to all bidders 1205 5-04.5 28,100 Asphalt Interlay Fabric $�• $73,0/00• bU KSP SQ YDS Per SY 1210 5-04.5 5,650 PG Tack for Pavement $ 1•qa $a7t(&35.00 KSP GALLONS Reinforcement Per GAL Schedule I Total $ F 1 5 Project NumberV 8 3001/HoItomb 10 CPM ®EYAoOpI' ont March 27, 2018 Corporation BBA ICON MaWals CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2019 Asnhalt Overlays Project Number: 18-3001 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 - _._..-_-..... ... j _.. W. ........... CONTRACTOR'S SIGNATURE ° _m_ __...—Rob Meidinger 2018 Asphalt Overlays/Holcomb 11 March 27,2018 Project Number: 18-3001 (� Development Corporation DBA ICON Materials SUBCONTRACTOR LIST ( (Contracts over 1 million dollars) Name of Bidder: CPM Development Corporation DBA ICON Materials Project Name: 2018 Asehalt 0yerlays Project Number: Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: NIA Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: April 17, 2018 _ —re-of _.m. _ _..... _ _......_.__,ril ............... ....._._....-.---..._...._..........,__ _ Signatu Bidder ftotr ginger Date 2018 Asphalt Overlays/Holcomb 12 March 27, 2018 Project Number; 18-3001 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.3SO) 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 INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicla of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular 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 RCVW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder its not responsible to perform the contract work. 2018 Asphalt Overlays/Holcomb 13 CPM Development March 27, 2018 Project Number: 18-3001 Corporation DBA ICON Materials If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make Its determination of bidder responsibility based on the Information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: P velopment Corporation DBA ICON Materials NAME: N Rob Meidinger ADDRESS: 1508 ____...ValentineAe S _ Pacific, WA 98047. PRINCIPAL OFFICE: ADDRESS: PHONE: 206 575 3200 FAX: 206 575-3207 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 2018 Asphalt overlays/Holcomb 14 March 27, 2018 Project Number; 18-3001 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12,065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 58 Years 2.2 How many years has your organization been in business under its present business name? 18 Years 2.2.1 Under what other or former names has your organization operated? SEE ATTACHED 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 7/26/1984 2.3.2 State of incorporation: Washington 2.3.3 President's name: Ric Linares 2.3.4 Vice-president's name(s): Rob Meidinger 2.3.5 Secretary's name: Sue Devaney 2.3.6 Treasurer's name: Sue Devaney 2.4 If your organization is a partnership, answer the following: N/A 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: N/A 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: NIA 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. Next Page 2018 Asphalt overlays/Holcomb 15 March 27, 2018 Project Number: 18-3001 CPM Development Corporation DBA ICON Materials 3.1 Washington State Counties, Heavy Construction, Asphalt Paving, Aggregate Minerals ICONM""982CF 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington State Trade Name: CPM Development Corporation DBA ICON Materials 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Site Development, Asphalt Concrete Paving &Aggregates 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 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 a construction contract? (If the answer is yes, please attach details.) NO 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 25 Million (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: $36,000,000 .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 major equipment. S. REFERENCES CPM Development 5.1 Trade References: SEE ATTACHED Corporation 5.2 Bank References: SEE ATTACHED DBA ICON Materials 5.3 Surety: 5.3.1 Name of bonding company: Fidelity and Deposit Company of Maryland 5.3.2 Name and address of agent: Marsh USA Risk& Insurance Services, Inc 2018 Asphalt Overlays/Holcomb 16 150 West South Temple, Suite 7gQwch 27, 2018 Project Number: 18-3001 Salt lake City, UT 84101 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 17th day of....._. April 2018. Name of Organization: CP'M® e nt Corporation DBA ICON Materials By: ' Rob Meidinger ... _ Title: General Manager/V 2018 Asphalt Overlays/Holcomb 1 _ March 27, 2018 Project Number: 18-3001 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 17th day of, April ---- 2018. Notary Wendy Hayes Notary Publlc: My Commission Expires: 2/1/2021 % t4OTARY ok PUBLIC 1' > A1111610"', 2018 Asphalt Overlays/Holcomb 18 March 27, 2018 Project Number: 18-3001 I II 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 Win ger/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 Department of Labor and Industries ICON MATERIALS PO Box 44450 Olympia, WA 98504-4450 Reg. CC lC0NM**982CF i IIEIa 601-006-854 Registered as provided by I.,aw as. Construction Contractor (CC01) -GENERAL 288 ICON MATERIALS Effective Date 2/6/2002 1508 VALENTINE AVE SE Expiration Date; 2/7/2020 PACIFIC WA 98047 Employment Security Department RECEIVED DEC 14 2017 WASHINGTO N STATE -' Tax Rate Notice ESD number: 000-618584-01-0 i ZSS M UBI number: 601-006-854 CPMDEVELOPIvENT CORPORATION PAYROLL TAX DEPT Mailing date December 11,2017 lE STE 700 I you want us x rate, law says your toi 900 ASHWOOD PKWY to ys you must ATLANTA,GA 30338 send us a request in writing by January 10, 2018. Your tax rate for 2018 will be 5.72%. Your new tax rate is the same as last year. Your tax rat is a regular taxable employer experience rat calculation. Unemployment Insurance(UI)tax rate based on experience 5.40% � You pay tax on an UI social cos[rate 030% employee's wages to Trust Fund solvency surcharge 0,000/0 only up to the 2018 taxable Ul limit deduction(This deduction reduces your rate to the maximum rate.) 0 00% wage base ubtotai ol'urlergplrfymentinsutance raft S47,3M Employment Administrative Fund(EAF) 0 02% tiatlil a� tfie aitove t mates 4.72f u /no o� Your tax rate for 2018 is based on the following benefit charges and taxable wages. Experience Year Benefit Charges* Taxable Wages"" 07/01/16-06/30/17 $1,723,580.12 $24,929,941.25 07101/15. 06130/16 $1,401,404.62 $23,995,548.53 07/01/14-06/30/15 $1,520,911.14 $24,390,511.58 07/01/13- 06/30/14 $1,841,332.16 $25,049,912.67 Experience Transferred IN $5,06464 Total $6,492,292.68- $98,365,914.03 - 0.0660M Benefit Charges divided by Taxable Wages equals Benefit Ratio Based on your benefit ratio,you were assigned rate class 40. "1)enefit charges are your share of unem loylrrent l enelits titat we Paid to your fonncr cmPloyees. *`Taxatll'e w cs are the total amount of our employees'wa cs on wbicll s1u td taxes. Please contact us if we can assist you. To learn more about how your tax rate is determined,please visit C9d,%ii.go vitax-rates. j For tax rate questions and corrections: For account questions: Employment Seeunty Department Employment Security Department Ex onus Ratntag t uit AMC Olympia(Spokane) P.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 0 ID 1028(12131MS)EMS 174 Tax mle nonce e ' 2.2.1 PAST COMPANY NAMES The current business name, ICON Materials, (dba 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. CPM Development Corporation DBA ICON Materials Jan. 1, 2002 to Present ICON Materials, Inc. June 2000 to Dec 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 CPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS,Thru-2018 OWNEPJGENERAL ENGINEER NAME] AMTI COMPLETION NAMEILOCATI ON PROJECT NAME/LOCATION LOCATION CLASS OF WORK FINALAMT DATE CONTACT Excavation,Paving,Grading, City of Algona Pacific Avenue North(Ellingson Read Jiffies,Concrete,Electrical Brian Sourwine Algona,WA to Safeway Entrance) (Signals) $333,540 EST 6118 206284-0860 Gary Merlin Construction Co.,Inc Rhuel Ready Seattle,WA 2016 Taxiway Improvements Asphalt Paving $1,964,250 EST 9/18 206 255-2628 Graham Contracting,LTD Pack Highway South HOV Lanes Greg Rake Bellevue,WA Phase Asphalt Paving $1,859,6651 EST.9118 425691-3591 CA Carey Corporation $675.6711 Steve Murdoch Issaquah,WA 2014 County Safety Selection Asphalt Paving $660,941 5117 425392-8016 Excavation,Paving.Grading, City of Auburn Utilties,Concrete,Electrical $827,2901 Jai Carter Auburn,WA Lake Tapps Parkway Preservation (Signals) $865,202 12A 7 253 804-5286 Excavation,Paving,Grading, WA Slate DOT SR 410,White River Bridge to SR 164 Utilties,Concrete,Electrical $1,988,3501 Timothy LaPorte Olympics,WA Paving&ADA Comliance (Signals) $1.976,056 12117 253856-5500 Excavation,Paving,Grading, City of Renton 2017 Street Patch&Overlay Utilties,Concrete,Electrical $1,669123/ Jayson Grant Renton,WA w/Curb Ramps (Signals) $1,707,048 12117 425430-7400 Excavation,Paving,Grading, City of Tukwila Utilties,Concrete,Electrical $669,441/ Robin Tischmak Tukwila,WA 2017 Overlay Program (Signals) $526,510 9/17 206433-0179 Gary Medinc Coreh.Co Slave Simmons Seattle,WA 15 NB 260th St to Duwamish River Ph Asphalt Paving $8,717,258 EST 6/18 206255-2619 MidMountain Contractors 15 SB South 320th St to Duwamiah $4,686,500/ Dave Slumbaugh Kirkalnd,WA River Bridge Asphalt Paving $3,988,940 9/16 2063493356 Excavation,Paving,Grading, King County Procurement 2016 Counlywide Pavement Utilties,Concrete,Electrical Mark Hoge Seattle,WA Preservation (Signals) $6,933,884/ 12r17 206263-9325 Excavation,Paving,Grading, City of Renton Utilties,Concrete,Electrical $1,363,058/ Ken Kettel Renton,WA Duvall Ave NE Pavement Preservation (Signals) $1,267,117 8/16 425430-7400 Asphalt Paving,Excavation Planing,Concrete, City of Kent Electrical(Signals) $3,489,530/ Jason Bryant Kent,WA 2016 Asphalt Overlays $3,044,387 9/16 253261-5663 Asphalt Paving,Excavation Planing,Concrete, City of Auburn Electrical(Signals) $1,694,842/ Jai Carter Auburn,WA 2015 Citywide Pavement Patch $2,440,168 8/16 253804-5286 Asphalt Paving,Excavation Planing,Concrete, City of Kent Electrical(Signals) $1,066,0441 Timothy LaPorte Kent,WA 2015 Asphalt Overlays $1,105,499 11/15 253656-5500 Paeo 1 F4bquulN�ui Lid Mni r4ui'.igoula (Rev,t/i<l GPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS,Thru-2018 OWNER/GENERAL ENGINEER NAME) AMlfl COMPLE'DON NAIViElLOCATION PROJECT NAME/LOCATION LOCATION CLASS OF WORK FINAL AMT DATE CONTACT Asphalt Paving,Excavation Planing,Concrete, City of Auburn Electrical(Signals) $1.584,1131 Jai Carter Auburn,WA 2014 C"ide Pavement Patch $1,669,B53 8/15 253 804-5286 Scarsella-Acme JV $5,418,8001 Dan Rivera Seattle.WA Runway 16C134C Reconstruction Asphalt Paving $6,006,147 7116 253872-7173 Excavation.Paving,Grading, City of Sumner Pacemenis Utilties,Concrete,Electrical Ted Hill Sumner,WA 136th Ave ENalen tme Ave Se Corridor I Puyallup,WA (Signals) $12,411,555 Estimated 9116 253 299-5703 Fnye 2 Prv.�uul�Pmt LIuI MnI Fm�wConluole IRnv-1/ih) CPM Development Corporation IDEA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS,Thru-2016 OWNEPtIGENERAL ENGINEER Ni AMT/ COMPLETION NAMEPL(DCATION PROJECT NAMEILOCATION LOCATION CLASS OF WORK FINAL AMT DATE CONTACT Excavation,Sawcut,Paving, Gregg Takamura Catherine McIntosh Sharing,Utilities,DeWatering $1 919,8851 PE Port of Tacoma OCT/NIM/SIM Strom Water Improveme Port of Tacoma &Filtration $2,344.757 5/15 253 592-6214 Excavation,SawcuL Paving, Shoring,Utilities, De Watering,Percast Water Nathan Watson Treatment Vault System $1,949.4801 Tyler Symbol PE Port of Seattle Terminal 46 Stornwater Improvements Port of Seattle $2,245 051 8715 206 787-3177 Excavation,Paving,Grading, City of Pacifrc, Gary Richardson Tittles,Concrete,Electrical James Morgan Pacific,WA Stewart Rd/Thornton Ave Improvements City of Pacific (Signals) $2,941,127 Estimated 12115 253959-1115 Excavation,Concrete, City of Kent, Chad Bieren Utilities,Paving,Grading, $1.606.0031 Timothy LaPorte Kent,WA 2014 Asphalt Overlays City of Kent Grinding $1,090,803 4115 253556-5500 Highpoint Slto SR410 GL McKee Paving,Grading,Utilties, $2.139,175/ Elan Tenn Washington State DOT Watson St Olympia,WA Concrete.Electrical(Signals) $1,956.070 3/15 206768-5600 Excavation,Concrete, City of Federal Way 2014 Overlay Project Jeff Huynh Utilities,Paving,Grading, $1,608,1281 Jeff Huynh Federal Way,WA Various Locations 253835-2721 Grinding $1,396.569 W15 253835.2721 City of Sumner Parameter, Excavation,Utilities,Paving, $1,043,1661 Matt Kastberg Sumner,WA Puyallup Street Outfall Retrofit Puyallup,WA Grading $1.112,151 1115 253 604-6600 Targa Sound Terminal Targa Tank Farm Phase 2 Norwesl Engineering $2,709,1401 Mike Lansford Port of Tacoma Port of Tacoma Portland,OR Site Development.Utilfties $3,177,779 2/15 253 627-8155 City of Sumner City of Sumner Excavation,Utilities,Paving, $468,3851 Ted Hill Sumner,WA East Valley Hwy Resufaci(g-Phase l Sumner,WA Grading $603,245 IIJI 253299.6703 City of Tacoma City of Tacoma $2.513.4411 Mike Bell Tacoma,WA Tacoma Landfill Stage 3 Tacoma,WA Site Development,Utilties $?700,243 11A3 253 591-5304 The Boeing Company The Boeing Company Excavation,Grinding, $367,7871 Rack I Kent,WA Kent She Paving Kent,WA Grading,Paving $374,987 11/13 206-657-0867 The Boeing Company DC Capital Pavement The Boeing Company Paving,Grinding,Grading, $623.3711 Roger Cecil Tukwila,WA Improvement Tukwila.WA Concrete,Electrical(Loops) $1,018,117 11/13 206351.1744 City of Renton Taxiway B System Rehabilitation City of Renton Grade,Drainage,Paving $4,986,689/ Jonathan Wilson Renton,WA South Renton,WA Electrical(Lighting) $6,361,161 1/15 425430-7477 Targa Sound Terminal Targa Tank Farm Phase 1 Norwest Engineering $1,406,7911 Mike Lansford Port of Tacoma Port of Tacoma Portland.OR Site Development,Utilities $2.084632 1/13 253 627-6155 City of Renton City of Renton $2,159,328/ Jonathan Wilson Renton,WA Taxiway B System Rehabilitation Renton,WA Grade,Drainage,Paving $2,269.893 7113 425430-7477 Hoffman Construction Go Tacoma Water $6,707,980/ Tom Peterson Seattle,WA Green River Filtration Facility Ravensdale,WA Site Development,Utilities $10.432.716 V15 206 286-6697 Excavation,Utilities,Paving, City of Bonneyi-ake Shea carr Jewell Grading,Storm Sewer $1,548,739/ John Woodcock Bonny Lake,WA SR410IMain SUSky Island Dr Olympia,WA Electrical(Signals) $1,677.611 11/13 253447-4336 City of Maple Valley SR 169 Maple Valley Roadway City of Maple Valley Excavating,Grade,Paving $2,875,685/ Dan Mattson Maple Valley,WA Improvements Maple Valley,WA Electrical(Signals) $2,572,300 5113 425413.6800 City of Renton South Lake Washington Roadway City of Renton Excavating,Grade,Paving $1,797,8911 James Will Renton,WA improvements Renton,WA Electrical(Signals) $1 927.114 9113 425430-7319 City of Federal Way 1-5 South Bound 320th St City of Federal Way Demo,Excavating, $2,639,427/ Brian Roberts Federal Way,WA Off Ramp Federal Way,WA Asphalt Paving $2,319,491 5112 253261-3843 Pup.3 1,I1P,Lcl 1d.l 1,wGon Wclu ({iaa.tIM] GPM Development Corporation DBA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS,Than-2018 QWNER/{;ENERAL ENGINEER NAMEI AMT1 COMPLETION NAMEILOCATION PROJECT NAME/LOCATION LOCATION CLASS OF WORK FINAL AMT DATE CONTACT WA Slate DOT WA State DOT $1,0598731 Pumps Sol Olympia.WA Fife Vicinity Paving Olympia,WA Asphalt Paving $1,059,873 10/11 253634-3101 I The Boeing Company DC/KSP Pavement Rehab The Bceirg Company Concrete&Asphalt $732,250/ Rock Moug Kent,WA Kent,WA Kent,WA Replacement $857,472 02J11 206-657-0667 f Demo,Excavating,PCC is AECOM Technical Service RepairlReplace Runway 05/23 PBS&J Asphalt Paving,Electrical $12,976,903I Lea Ann Scholfeld Spokane,WA Fairchild Air Force Base Nashville,TN Systems/Lights $14,834,934 10111 714-689-7194 Demo,Excavating,POD& Port of Portland Runway 1DR-28L Rehabilitation HNTB Corporation Asphalt Paving,Electrical $43,288,695/ Christine Edwards Portland,OR Portland International Airport Bellevue,WA Systems $39,776,000 Mill 503415-6395 King County Taxiway Alpha Rehabilitation& UPS Demo,Excavating, $16,477,6101 Mark Bargain King County Intl Airport Related Work Sol Asphalt Paving $18,373,008 1113 206-296-7380 WA State DOT 1.90 GIN 7971 WA State DOT $14,807,1021 Bill Preston Olympia,WA Lk Easton Vic to Big Crk Vic EB Olympia.WA Excavating,Grade,Paving $15,716,710 10113 509-577-1811 Demo,Excavating, Pont of Bellingham Rehab Runway 16-34 UPS Asphalt Paving,Electrical $26,341,955/ John Hergesheimer Bellingham,WA Bellingham Intl Airport Seattle,WA Systems $27.438,011 07111 360-676-2500 City of Renton Runway 15/33 Resurfacing URS Asphalt Paving,Electrical $3,792.8261 Ryan Zulauf Renton,WA City of Renton Seattle,WA Systems $3,625,084 10109 425430-7471 City of Auburn Auburn Airport Taxiway Reid Middleton Asphalt Paving,Electrical $225B,1931 Don Barclay Auburn,WA City of Auburn Everett,WA Systems $2,143,809 09109 425741-3800 1-405 Corridor Design Bldr 140515 to SR-169 Stage WA State DOT $2,136,4641 Chad Webley Ramon,WA Widening Design Build Olympia,WA Asphalt Paving $2,233,86B D3111 425-496-2021 Pod of Seattle Runway 16L-34R Reconstruct Port of Seattle Engineers Excavating,Grade,Pave, $48,438,6211 Stephanie Alexander Sea Tao lot'I Airport MC 0315944 Seale,WA Electrical Signals $51,600J03 t0109 2067874092 WA State DOT SR 900 GIN 7553 WA State DOT Excavating,Grade,Pave, $19,354.2871 Dave Lindberg Olympia,WA SE 78th to Newport Clympia,WA Walls,Electrical Signals/Loops 19,265,715 10110 206-521-5624 WA State DOT SR 161 C/N 7563 WA State DOT Mark Sawyer Olympia.WA SR-167 Eastbound Ramp Olympia,WA Grade,Drainage,Paving $2.191.620 11/06 425-6494429 Asphalt Overlay and King County Rehab of Taxiway Bravo UPS Paved Shoulders,Electrical Victor Daggs Seattle,WA C00248C07 Seattle,WA Signals $9.567.000 12108 206423-1063 WA State DOT SR-181 G N 748D WA State DOT Joshua Cheatham Olympia,WA James St to S l Both St Olympia,WA Paving Overlay,Drainage $2,027,036 8108 253872-2958 Rehab Asphalt Runway Pave Port of Olympia Runway 17-35 CIN 2008-004 Port of Olympia Engineer and Drainage,Electrical Kevin Dragon Olympia.We Line of Sight Improvement Olympia,WA Signals $4,746,408 10108 360-528-8022 BillflngerlTriState JV 1405 Widening Design Build WA State DOT James Gil Bellevue,WA 1405.1-5 to SR 167 Olympia,WA Asphalt Paving $3,914,999 11/09 425J55-2570 Earthwork Grade,Drainage, Port of Seattle Jed Runway 2007-D8 Constr Port of Seattle Engineers Concrete Runway Pave, Seattle,WA POS CIN MC0314114 Seattle,WA Asphalt Pave,MSS Wall, Stephanie Alexander Electrical Signals $81,886,477 03109 206-7874092 The Boeing Company Roman Parking Lots 1 S.16,17 Rupert Engineering William Price Jr. Renton,WA Renton,WA Auburn,WA Site Development.Paving $1,848.062 09/04 425-237-0519 King County 2004 South County Overlays King County Engineers Seattle,WA So.King County,WA Seattle,WA Robert Lee C433088C Grade and Pave $1,909,088 1VO4 206L23-1053 Port of Bremerton Bremerton Airport Runway CH2M Hill Port Orchard,WA Bremerton,WA PONam,OR Grading,Drainage Fred 5a1isbury AIP 3-53-0007-16 Airfield Paving $3,361,970 10I05 360-674-2381 Page 4 Prwl roroI LI aL Mel Prol w,conlada (flan.V14i CPM Development Corporation IDEA ICON Materials SAMPLE LISTING OF MAJOR PROJECTS,Thru-2018 OWNEf7/GENFiAL ENGINEER NAMFJ AMT1 COMPLETION NAMNLOCATION PROJLCT NAMEILOGATION LOCATION CLASS OF WORK FINAL AMT DATE CONTACT Pwlol'Scale. Fast 0"Osnk Part 11 A,Beek 91 Ttltom85 Seattle,WA Se di International Airport Searle,WA Excavation,Backflll,Shoring $1,128,000 01I06 206-988.5687 Port of Tacoma Pierce County Terminal Moffat and Nichol Site Demo,Utilities, Tacoma,WA Container&Intermodal Yard Seada,WA Electrical,Trackvmrk, Brad Erickson POT GIN 998153 Paving,PediaVian Bridge $46,343,497 1 253428-8653 Pa9x5 PemmlNiof Llnl MuJ Pro'F.,1114e (Rav,t/1A1 L O O Co O C C O m m U M � .E E E � OI m co N N UJ N a7 C a CO m m Q 'C a) a7 a) C m m m m a 0 c � a)� E rnrnwo : E E Ewa Z a) 0 m m O 2 Q m m m 7 C d d d -00 m . C C (0 a m m m n U a aw 0 0 0 L 7 mv .E 0 7F ` ao aD N C U U U m U U W C O a) a> O m (7 U O ,O -O a 0 06 Y 0 U j N OO — — — — — — — — — — — — — — — — — Uaaaaaaaa ¢ ¢ aaa ¢ aa ¢ ¢ a) N N ------------ O> � � U m U C N x c0 N O CO � V M M M O LO M N r� w N N M V N M 7 M N M (`M N w O V) } C E ° room m O m a) T Y °� m Co m w E 0) L � d Y U L o .c E E E Z c E a) m a) a a o - 'm o w vn m L co N V Cm L L L a) a1 y U m U) L U 7 1 o U U 0 Vl m ` ❑ C W w ❑ - 'C U C a E m v = a m K � FY m d � am`� a � ❑ m cOCY w ❑ C) m U C _ N m O w m m C Q m C coE co m (0a E E-tw 'p C C C O C C C m m O m aa) No m c w w E E c c3 o U a ofS .0 0 m o o E U a2i .N ` D [2 Q Co m ? C a a a) .T. 7 D. o a. aa) a) o a. m mtq `m ccii .� rUU �..................� o� in 0 m 0 7 m m 7 m d 2 E m = `o_ a" cn 0U w �'a o `o o C aa) a°i o a s U 'EU ( o 'op`. a U �n a` a i CPM Development Corporation DBA ICON Materials Major Equipment Detailed List Qty Description Model Model Yr Age 'Condition 10 13 Axle Pup Trailer Peerless 1991 25 Good Own Trailer9 Good Own 4 I3 Axle PupTrailer Transfer Reliance 2006 10 'Good 'Own p Own 2 3 Axle Pup Trailer Transfer Reliance 2005 11 'Good I 2 13 Axle Pup TrailerTransfer Sturdyweld 2012 4 Excellent 'Own 3 14 Axle Pup Trailer Sturdyweld 2006 10 ;Good Own 1 Booster w/ Pintle Hitch Superior 2010 6 (Excellent Own 1 IDetachableLowboyTrailer Superior 2010 6 Excellent jOwn 2 Side Dumps (Trail King 2007 9 Good Own 1 Grove Hyd Crane 40 Ton RT740 1980 36 Good Own 1 Pettibone Hyd Crane 35 Ton RT35 1976 40 Good 'Own 1 TymcoSweeper 600BAH 2O07 9 iGood (Own 1 (John Deere Dozer JD650LGP 2005 13 Good 'Own 1 JD Backhoe Landscraper 210LE 1998 18 iGood Own I 2 CAT Off-Hwy Dump Trucks 773B 1993 23 (Good Own 1 (CAT Off-Hwy Dump Trucks 1773E 1990 26 'Good Own 1 CAT Off-Hwy Dump Trucks 773B 1981 35 (Good Own 1 ,CAT Off-Hwy Dump Trucks i773E 2003 13 Good Own 1 ICAT Grader 140H 2O04 14 Very Good Own 1 Rahco Grader 140H 2O04 14 Very Good Own 1 Hitachi Mini Excavator j50ZTS 2005 13 Very Good Own 1 Cat Backhoe 420 2013 5 Excellent JOwn p 70 Mamt. &Operation Vehicles Various 2016 2 i Excellent Own i 1 Freightliner Dump Truck FLD/TM 2005 11 Good Own 5 Freightliner Dump Truck FLD/TM 2006 10 ,Good Own 4 Freightliner Dump Truck FLD/TM 2007 9 iGood (Own 1 Kenworth Dump Truck T80013 1997 19 Good Own 1 Mack Dump Trucks RD688S ! 1998 18 Good Own 2 Western Star Dump Trucks 49F/TM 2012 4 Excellent Own 2 1Western Star Tractors I49S/DS 2007 9 Good Own 2 Western Star Lowboy Tractors f49005A 2010 6 Excellent Own 2 (International Distributors Bearcat 1995 21 Good 'Own 1 Road Widener (Midland 2006 12 Very Good 'Own 1 RoaclTecShuttlebuggy S132500D 2006 12 Good (Own 1 Weiler Transfer Machine iE2850 2017 1 Excellent ILease 1 SCAT Paver IAP1055B 2003 15 Good (Own 1 CAT Paver IAP1055E 2012 1 6 Excellent Own I 1 CAT Paver AP1055D 2008 10 Excellent Own i 1 'CAT Paver IAP555E 2010 8 (Excellent Own 1 (CAT Paver IAP555E I 2016 2 (Excellent Own 1 IVolvoPaver IPF6110 i 2009 8 JVeryGood '(Own Page 1 Major Items Equipment Detailed List 3.7.18 2 CAT Grade Rollers ICS563C 1 1995 23 JGood Own 1 Hypac Pneumatic Roller IC560B 2001 17 Good Own 1 Wrrtgen Milling Machine IW1200FT 2001 17 Very Good Own � S Truck Scales&(2 Portables) 30 to 150 Ton Excellent Own 1 Auburn Asphalt Plant Gencor Very Good Own 1 Seattle Asphalt Plant StanSteel/Gencor JVery Good Own 1 Complete Crushing Plant Metso/JCI Excellent Own 1 Cat Excavator 320LLR 2010 8 Very Good Own 1 Cat Excavator 345D 2011 7 Very Good Own 1 Cat Excavator 336D 1 2011 7 Very Good Own 1 Cat Mini Excavator 305E 2013 5 Excellent Own 1 CAT AC Roller iCB224B 2007 11 Good lOwn 2 CAT AC Rollers CB24B 2016 2 'Excellent (Lease 1 CAT AC Roller CB24B 2017 1 1 Excellent Lease 1 CAT AC Roller CB34B 2016 2 Excellent 'Lease 2 CAT AC Rollers(15 Ton) CB54B 2016 2 Excellent Lease 1 CAT AC Roller(15 Ton) ICB54XW 2013 5 Very Good Own 1 CAT AC Roller(15 Ton) CB434D 2012 6 Very Good Own 1 CAT Mini Excavator 1305E 2013 3 Excellent Own 2 3 Axle Tilt Trailers 1Dump Trk 1999 ' 17 !,Good Own 1 12 Axle Lowboy Trlr Trail King 1999 17 Good Own 1 3 Axle Lowboy Trlr TrailKing 1999 17 Good Own Page 2 Major Items Equipment Detailed List 3.7.18 B; I i 1 CREDIT INFORMATION Name: CPM Development Corporation DBA ICON Materials Legal Entity: CPM Development Corporation Subsidiary of: A CRH Company Business Started: Oldcastle Materials, Inc. established 1978 Federal I.D.No.: 91-1272258 Duns No. 02-733-6650 Legal Entity UBI No. 601 006 854 Managers: Rob Meidinger, General Manager/VP CPM Development Corporation DBA ICON Materials Credit References: N.C. Machinery, PO Box 88786, Seattle,WA 98138 Contact: Credit Department,(Phone)425-251-5861 (Fax)425-251-6287 US Oil&Refining Company,PO Box 2255,Tacoma,WA 98401 Contact: Credit Department,(Phone)253-383-1651, (Fax)253-383-9970 Bank References: For ICON Materials For CRH Company 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) Corporate Office 1508 Valentine Ave SE Pacific, WA 98047-2103 206-575-3200 Phone 206-575-3207 Facsimile ICONM**982CF An Equal Opportunity Employer Washington State Transportation Building Department of Transportation 310 Maple park Avenue s,E, P.O.Box 47300 Olympia,WA 98504-7300 360-705-7000 TTY; 1-800-833-6388 www.wsdot.wa.gov June 28,2017 CPM Development Corporation Prequalification#406000 Mr.John Shogren 5111 E Broadway - Spokane Valley,WA 99212 PO Box 3366 Spokane WA 99220-3366 Re:Prequalification Bidding Rate Dear Mr.John Shogren: The recent information submitted by your firm is sufficient to fulfill the requirements for qualification under the provisions ofRCW 47.28.070. This qualification,for a period expiring June 30,2018,allows your firm to bid on our projects in the amount,class, and type of work as listed below: i CLASS DESCRIPTION AMOUNT 1 Clearing, Grubbing, Grading and Drainage $43,250,000 2 Production and Placement of Crushed Materials $5,000,000 f 3 Bituminous Surface Treatment $5,000,000 j 4 Asphalt Concrete Paving $16,000,000 i 5 Cement Concrete Paving $1,000,000 34 Erosion Control $11,000,000 r SWR Small Works Roster Participant The amount shown for each class, is the maximum value within a class of work that is used to determine your firm's eligibility to receive a bid proposal document for a single project. I Mr.John Shogren June 28,2017 Page 2 The rating you have received above is subject to review at any time and is conditioned upon a satisfactory performance record on present and future contracts you may have with this Department. In accordance with Section 1-02.1 of the Standard Specifications,the amount of your bid plus the amount of outstanding work with the state as a prime contractor cannot exceed $262500000. The official name by which your firm has been prequalifined with the Washington State Department of Transportation is as follows: CPM DEVELOPMENT CORPORATION PREQUALIFICATION N406000 All bidding proposals and contract documents will have this name entered thereon. Any alteration of this name on the bidding proposal issued by the Department of Transportation maybe sufficient cause for considering the proposal irregular and consequent rejection of the bid. 0 In the event any correction of the above firm name is required,we request you notify this department immediately. Applicants not satisfied with the qualification granted may request in writing,a review of their questionnaire and qualification ratings. The request must be filed within thirty calendar days of the above date and must specifically state the basis for the request. If there is a decrease in your financial position or there are significant changes within the structure of your organization,you must file a new standard questionnaire and financial statement form (DOT Form 420-010). Organizational changes which require the submission of a new Standard Questionnaire and Financial Statement form are: incorporation,additions to or changes in partners to a copartnership,joint venture arrangements,dissolution of corporation,copartnership orjoint venture,etc. If you have any questions regarding your prequalification please contact Kari Beardslee at 360 -705-7837. Sincerely, Jenxte M. Fettig Manager, Contract Ad &Award Ernst&Young Tel:+353 1 475 0555 EY Chartered Accountants Fax:+353 1 475 0599 Harcourt Centre eycom Building a better Harcourt Street working world Dubiin2 Ireland Washington State Department of Transportation Karl Slusser Prequalificatlon Contract Ad& Award 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; KID Construction; Pave&Seal; Eugene Sand& Gravel; Bandon Concrete& Development;Green&White Rock Products; Viking Red!-Mix; Eugene Fleet Repair Co.; Eugene Sand Construction Inc; Eire Corporation; River Bend Materials; Columbia Asphalt& Ready-Mix;Columbia Asphalt& Gravel; Columbia Readymix & Asphalt) Year ended December 31, 2017 Dear Sir/Madam, 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 Flows have been correctly extracted from CRH plc's full consolidated financial statements as of and for the year ended December 31,2017 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(Ireland)CISAs(Ireland)')on February 28, 2018. The Consolidated Income Statement, Consolidated Statement of Comprehensive Income, Consolidated Balance Sheet, Consolidated Statement of Cash Flows and consolidated financial statements of CRH pic are solely the responsibility of the directors of CRH plc. The separate financial information Included in respect of CPM Development Corporation and Subsidiaries has been presented for the purposes of additional analysis and Is also the responsibility of the directors of CRH plc. It has been extracted from the consolidation returns prepared for CPM Development Corporation and Subsidiaries in conformity with International Financial Reporting Standards as adopted by the European Union for inclusion in CRH plc's consolidated financial statements'. Such separate financial Information as of and for the year ended December 31, 2017 has been subjected to the auditing procedures applied in the context of our audit of the 2017 consolidated financial statements of CRH plc taken as a whole and is not therefore a separate component of CRH plc's consolidated financial statements. Our audit of the consolidated financial statements of CRH plc is carried out, in accordance with ISAs (Ireland), in compliance with our statutory obligations and Is subject to a separate engagement letter.Our audit report Is intended for the sole benefit of the shareholders of CRH plc as a body,to whom it is addressed, and is laid before the Company's annual general meeting along with the CRH plc consolidated financial statements. Our audit of the consolidated financial ' 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 38.8%, representing the aggregate of a 35% federal tax charge and a calculated average 3.8%state tax rate. V Bordn.I.Lhnticlnn,p poly,f,pmyah I he Ftklce.D nlxGcrAlk44 Hdrmon,J W861ns EC(:A,F f4p0gp4R L Ran1Y.fb KPprz¢H KP,p T LIIIYwM1pp,B Mn9LWrC C M<Dnnagh,E MUW II.,I.M[Cdul, .1 FACCp,nrvtli rCCq[MCKpnna,FWNallY.CVAueppY.Fb'KMb1rUA,AeLea@FCG,P4'NPII1,10Pt CO DQulnq G1i016HSlphy USCGA,p Ylemrn.Mi,eucV, VnnneCH Wdlle[P. thn Irhit I la n Eh 6YpanO IS51rvIXohBr ptK11 f,R Ol brttlftYwx4Gluhal I.ImII W.11(Y OuthOliSml tryth¢InshlGlbW(fHl erdE A(CWIn[an[91ntte1.Yn01p Cd[ry MINrP51tnBRt M1ui!Ae:z Mt Iha ffpGUMK OI I,PYnrM. EY aulldlnq a better wa Wnrl world 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. Ernst 8 Young Dublin March 14, 2018 i INDEX CRH plc SUMMARY FINANCIAL INFORMATION YEAR ENDED DECEMBER 31, 2017 Page Consolidated Income Statement 1 Consolidated Statement of Comprehensive Income 2 Consolidated Balance Sheet 3 Consolidated Statement of Cash Flows q Note to Summary Financial Information 5 CPM Development Corporation and Subsidiaries SUMMARISED FINANCIAL INFORMATION YEAR ENDED DECEMBER 31, 2017 Consolidated Profit and Loss Account g Consolidated Balance Sheet 7 Note to Summarised Financial Information B -)n,cobated Income Staternent fc.-)Il. the finar ye,.-r ended 3 Decon iil,,.)P.r 2017 101?04111N RwWO& 'Ma 20k, 0 2.4"1Ho 21 4rX 113 r.1 rfl fkfv MIDI all Q1p,680 w:a.Ium, RM maco 1PY:I Ium9 Ilyl@7y 4 fi,7 1 lwa 1,1166 "0 1113 90 I I,!:,oj T", 111101 A111614 0 I toll mm] Hunt o ly,"i, W {60f 10 p!,Vf W, 42 44 1 n 1,60 91,10 I idol 844 :11 j, I 61M, tw,fol Illo hill (A)i Y ,jl k"m Ofowilin�d 111 Ub f I I, J 10 7'd 1 2,T 720 ................. p"M"WIMI'd 1*1 fr1 I .+ffie I o,I YPI111,11 OV q n W"w ? 111 1116, 101, I nm Ww nln, i al d", 141 PIS 411 I I AYlil nj I)I N'll A"011,NQ ll�K'N!Qlffl 129 13 13 1, M,m, I,ru 6 1&0 P:u Ho Ic 13 11,1 1011 149 k M 73 ,I>,d, , I 140 4c 'It 13 InlJgrl mo, Ir I I , nm 6 1,39 4c M --------- - W Rode od4 o WRY"',lIrtY 111* 10 A 0,1,Nwwq,,., lal"I"0 n OuPmml n do:,nWn,AqM I)Pj,'d Smul I mot 12 I'm WNW MA's (.,�f Corn pre[ skie� Incone for the finanicial year endecl 31 December 2017 20ib IM6 Em C'm 11 MA Y 0 lli l'2:161 'Iffi., min), ll""u lh�Ill No Fw I'l,I'm k, lfj'v a!I+naarfJf rvr&r,"'I &I 4.17WIl A m'I :pI Y m m OnN W,I[drul 1 fk M4 VID(f I�ll Y rAld Ill I to ol ilki jel,igl, Arl y'I hw"ll" wld N,(w"JosOkid lo 1:1)0',0,08:1;11 af hm I A iijW y fw I"millIA IAI I Yli[IV I q II ii IY 11 my I I M( i lh l Tq m 203 I11):on wm I llmwl(y l i olm'f vympallw8m,ii W°')6m I h:6J 3 11 s I Pil) l73 lotal Min(I l.00llprelmmigii wl)ilif,fi 1 0),Dnamml yi,ii 2C" I2l NA,lI wrl p olligl VOl I e(vllv 0',Eho lnoo(9W Ylial, 144 i5fil f q fAR, <,I III, f ii,imny 'II'O 1'Os No 1 11 di 11)lnlolol;' )f I f, I -f f I( r rI f I I I q4 I'l C I XPII 0 InTYH'I YI m°dl L.n. I sacs of 31 C 000rnl")o ;?'t7"i 7 AM 20110, A,PII.PIII.•1....^ khmM'IY111 nF.,9YjN IIA I v,irawlr 1i1911 q rvl IagfI (IfullV it tlft 11,12.ImR lA o.taintp tAl OTIv, /i''ln 'k, Cl? 1G II,iM I mn I tI I if+nv-IIud4r I I,,oaf lIw iItII glvv,l)ac? I I Ift9 R.,k"W 114 J?1huar lmna s4J��,v'avr yfff ILI hAwn ttMvink lAM IM, Mq;7 75 114rglAdl v> IIII, wl A, 111 if yo M ;III as 1 forgaarnrcf fNxtll ,I Ml Wa 111er ils 11bg "'M nvr,maalo 'I f rr1 Nn"IIln NWB � .� '!A`IS4 119 trrxh ulU i411aA 11 `ntulot,Inm 1 ;G 3,GM4 mrma'v I11XTAi` Ira,IN TPIW',iIi 9Gti 4 I maixraOl Ar in,Tluf n unt7w,I,, Sh 2,# l;aT.9t al nl „fa f:,lr 11) ,,^ti i:'i 2.449 4y ntlld:4 ahla{ �1 M1dh 071 9 MI) UM IT I _.....�.. 'r1 f1 1 1 !'(li4 H d1f1hul,lilei I liff f, Ifs 7 t 1100," ;fr { PG/ I ✓i ngitrT 1W, (MPo MI P,Ooafa n N !'Uf Iff lll'U 'I 9 ,f.11 pont"tTiat,omm I, III fi,5'li1 'JYI II 1v6Y,u, lw,v,IAIA Im,to frM ('Ikly �M1kI dlw9r rlv,.eir i 'Sh t1b(I I,rl,lgl+' It(TTIr,I o'Tin r I rri Wile OW, VY 9 I,,tMlr'Im llxvttr I)II 6,47M nr 1 I, a p;I d Ill i;d tlS95. l Iin oIlllilollhntll Jota IV 11M, ?125 ,dalm; A.6 11 ynF NIU' ....._, ,„. .. ......... ...... IAI:r4d IIIII,Y: f II ' IAI I Ial;Ihi¢, N hlltw Kill niaw ly h.,litu Y,.ru1l;n rel,n'L'I'= li.d(! 741Ifb tir„r,lf ii JI lran'In pil)N, 'dl I+r+wroJIf fwIie lax lxnU id lfif i/,,= 9IJ, '111 Ifthl.glrp,tlk'u. 7l;'S rWI r_r,l iudi'pinn..ti om*M lllrN�"�NVkoY'ad ;77Y ^,gtl'I 41 a o,„iplol lau MITPIT", ry9 47"rS LrJIruJ 0 I11,,1nI 'Iflh,0 I.,a1 Qurr*AA 1n1A11tw, Tlnrlrv'lin II OfIv lMgjillfieI +ll It E1 OJIIol"J l cllr In to Inrl ElIII ,ik 394 ITIN I d,r 1111 upl a,l.,aril"I I ATgp N1f) 275 ,rfu'raIIA At"I fd a vrl'I Id y TilIN '11 11 :"t, DIII,II3IC'. to)I,It+I'O)', 3>9 W I IrIA6lla9 rq,rl tiP'TI im1f1 I io1 v, ,,,IJA I n f aY i If It r;rlfr -141 1, rvrt+ I,I,I fl fl 1, y11,i f m .nn tas li I, I R,I lb'1 1 d(nl,-sql { ind dl Illlard S1 f fAG,iQ,p Nd I(allrl/ I/L+anfoW,Ir Illc s i4 I i D 1 Ag e Il Ytyro:, 14, nnJ I !!'�F; )� l_ I p�l��. � )�(Y.�, dl.rV �i� �� I, +'J �7� hL 11V C. dr k)r nl-ne finarer id year anrled 31 DI, 2017 rah tl m II moi I Vw,'P n I ,iv rvrs FhnM Wit ilv u la frvoYm I ant ormil gxo aI,iv re I I,It 1 I,I,YCf,,1 1192 y I'rurtoYh'ln, l000tn i Imlirll.n ml1u l ra,l tll5ftWP, +,16 'Id7 YtiA vWrtl'fl ontuo Vatn'. Ild 1,74 j..... 83➢f03 11 allw'mm oll'ill IIN) ;319 :1PY(! 389 Yl ' t urn 01 yillu I,l oxJ mril v,7 unf.,rnunn'IInoi fi q I!II) (d7Y ,14I V tONdo14r ryra.1hx Li9v ub;i¢_ u'IC)tY VIll !qp t'i"A rchll p++o Ifl1 bn VINtlJunNl=aYllw'¢^Vra 3! tl 1'ifi y,l Vp}y 'A7p➢ 'sl µiatfult ml vtl Iulfffti Ibo a mrft, fb,i 7• imp,ivrOnmr.1 +11 o,r3µf p),py hh SlIWIm-I ar,wxa 0 of¢'pri%4TY vngavvukn 6N Al, ;o'y rkow 3f linallh Lou lkMll rwn r+nl8) IIn on MIN y-0N:1 `i] ono?rviuvelvilov It oul,ra)oirloy upfln,iu9 Innv^^dann� I1,10) 66 ', .`w19 a3a r,ennfl llhnt,tJy4^nfwlYo-tn I19n - ,N't �,y Inl^iowf"mIli n mI inI' b'�1'IYY 046 MovP tt�,o'pr nkmI W l,,nnl „),I, } (wiR'14 12"i hP 'di f al Ir rvun il ,;, rtnN', W, '2h"1 _.... .,^47 ., ;Lfr 1j, uj n I I "i,1 Q , 1,111,oa I It),my 14 f1 tl,rilnK+alonfe+ ,p ,^ar dq w,,nl l an I O.IlMvI f pl, v, id 2 l HOW hiNmisl Ivu„nJ5r,1 r1 3 11 lb I 'wfDara In'a I,,Ilume Iljrt ,I ,,v.Irrlmi,I bl rrnm, it, ;i1 40 61 nn I I lrt jw I hlv,q o,1,1A III'mlid I I3,ep^nrrpneol O'Hi Q4Y i"31 nlnET21 39 d,'wquslt rM i rlj n ill^mjui 41LaIP,Ir I I ao,4 lu l r,.itJ1 pl pad l) V'I ftS� ,i;'pDy ion r4ffodrb ll L ,,,a w 11"', fV S) (I I.lIA 20 Il rlcoo'h I ril l,vv Ito I'A}11n,nIt) ra',rmk tlhfllrv`n r„'a Iai lh,1 _ l^•�9;Ip. ry , tr n ICLr 4 n . .ma W In .. ,,nni W" 13t1',I 4 w.ItIh v 7,(n P...olli ,fo9firu Yr 3 a Ptocv Y ti t1„ru lbaam n,w:hu �n)nap! h;k l Mig1N l licnx ido,kvlm lvttulroolill A vribuvr liojlluuna be ulwnnrnmVlrw um(.ilru,p urnxl-ceMYPBMe yIPufopr,lll!o ,171 6 9I veo?,p of ul m rM..OwIf I rrgl IV,I ns 9.w9,mrpw ol"wnlll dr„.nr„ot In.....at 1.01It 1I'llo a wI:; 7tl `I^rrtmuM III nvlsmgIrrmn url'r a?lvo Ptruurr¢wol uuun In otiou Iti, j,71 4Y' n3 pt"ll'oom yXhd 1" 0",yn'hm I,Idi.lbul'vll,W1 IId; r,%I1 rmi,*rwperud wll,tealu BidWatmffiwj 13 (3) a°I Inovl vlr wmouv&tY{' mrcery lowtv,LN)l la,jn rurl trail u^Inrnvuie. f,a3i dr l)eN) poPon) 'tr Ildv6wilvh Lal31lowwglgw"rlatlaln ni ha(C rL✓Alva"ly rtin P"PI ",N@ I, 14m86,)Irtl,p IlatrO lfov'l1 ,IOhgl maHYattl'I4 oil IQ 011 w ,,'.Iv,III I ov,l e l'19rvel r)u .I ,1,of, , rvr 'i ,I 11,7321 1,01r:i 1 t ;nc+1 ff of hand 71 Ll n ,, l:,I 1)n„I %VY, Al,wt it+,nt+!„Ir I lnr,w,or4 ?,44ff ;:d43 , 25 .ervrat n e^1P',pu w,l 11ff1 '120 f',, m,o,In, I ihnarf',inn ,p vI»raft it^,31 on To 09 Et Ii ^^ le in In I, %'+I,Y fi 116'4 CRH pIc Note to Summary Financial Information December 31, 2017 Note I The preceding financial Information has been extracted from the consolidated financial statements of CRH plc as of and for the year ended December 31, 2017 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 an February 28, 2018, It does not constitute "full group accounts" financial statements as defined In Section 294 of the Companies Act 2014.Copies of the full financial statements of CRH plc as of and for the year ended December 31, 2017 will be sent to shareholders In April 2018 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, 2016 on which Ernst & Young Dublin Ireland issued an unqualified audit opinion have already been filed with the Registrar of Companies In Ireland. 5 i 1 CPM Development Corporation and Subsidiaries (Ultimately a Wholly Owned Subsidlary of CRH plc, a Republic of Ireland Corporation) Consolidated Profit and Loss Account Year ended December 31, 2017 (U.S. dollars In thousands) Net sales $ 365,774 Cost of sales (218,255) Gross profit 147,519 Selling, general and administrative expenses (107,152) Operating profit 40,367 Other Income(expense): Interest expense (898) Other, net (381) Total other expense (g 279) Income before Income taxes 39,088 Provision for Income taxes (15,166) Net income m $ 23,922 6 CPM Development Corporation and Subsidiaries (Ultimately a Wholly Owned Subsidiary of CRH plc, a Republic of Ireland Corporation) Consolidated Balance Sheet December 31, 2017 (U.S. dollars In thousands, except per share) Assets Current assets: Cash and cash equivalents $ 2,313 Trade and other receivables, net 34,793 Inventories, net 22,052 Total current assets 59 59,158 Property, plant and equipment, at cost 374,928 Less: Accumulated depreciation (191,147) Property, plant and equipment, net 183,781 Goodwill 72,848 Due from parent and affiliates 63,663 Other assets 39 Total assets $ 379,489 Liabilities and stockholder's equity Current liabilities: Accounts payable, accrued expenses and other liabilities $ 53,900 Total current liabilities 53,900 Other liabilities 2,269 Due to parents and affiliates 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 233,835 Total stockholder's equity 323,320 Total liabilities and stockholder's equity $ 379,489 7 CPM Development Corporation and Subsidiaries Note to Summarised Financial Information December 31, 2017 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 31,2017, 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 plc'. For practical purposes the separate financial information Included herein In respect of CPM Development Corporation and Subsidiaries does not include an allocation for a non-cash charge(and related deferred tax effect)In relation to IF RS 2,Share-based Payment.In addition,the tax charge has been calculated using a composite convenience rate of 3B.8%, representing the aggregate of a 35%federal tax charge and a calculated average 3.8%state tax rate, BIDDER RESPONSIBILITY CRITERIA i Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 17, 2018), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. CPM Development Corporation DBA ICON Materials Bidder' Business Name Signature of Authorl Official* Rob Meidinger Printed Name General Manager/VP Title 4117/18 Pacific WA __. Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 2018 Asphalt Overlays/Holcomb 19 March 27, 2018 Project Number: 18-3001 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, If awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within ninety (90) working Clays 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 preconstructlon meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s ,,.. _ to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in, this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet 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. CPM Development Corporation DATE: April 17, 2018 DBA ICON Materials NACF._....DDER Signature of Autho d Representative Rob Meidinger eneral Ma ger/VP (Print Name and Tit e 1508 Valentine Ave SE Address Pacific, WA 98047-2103 2018 Asphalt Overlays/Holcomb 20 March 27, 2018 Project Number: 18-3001 CPM DEVELOPMENT CORPORATION laic tl .CORPORATE OFFICE•5111 E BROADWAY•SPOKANE VALLEY,WA 99212 M8tBF121S P.O. BOX 3366•SPOKANE,WA 99220-3366•OFFICE:(509)534-6221 • FAX:(509)536-3051 0 CERTIFICATE OF AUTHORITY Central Pa.-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 a. Development Corporation, d/b/a ICON Materials. ICON Materials is a CPM Development Corporation Central Pre-Mlz trade name. Prestress Co. Signature Linares, Name and Title �„...- Ric Li Regional President Inland Asphalt Co. , g t o„,,,,,,,,,•,,; Rob Meidinger, General ManagerNice President as Interstate concrete „+✓' &Asphalt Co. .r^ Scott Droppelman, Construction Division Manager ICON Malaria Mark Eichelberger, Senior Project Manager 's"`"-�^ Wenatchee Sand and Gravel Central Washington Concrete p, Respectfully submitted, Eugene Sand&Gravel CPM DEVELOPMENT CORPORATION Sum y Susan L.Devaney Viking Redl-Mix Northwest Division CFO STATE OF WASHINGTON ) ss. Green&White COUNTY OF SPOKANE ) Rack 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 for the uses and purposes therein mentioned. Corporation Bandon Concrete SUBSCRIBED and sworn to before me this a day of 1 S , 2017. &Oevelopmem f ` `rwn�r ST" �rtur1`e of Notaryn River Send Sand and Gravel Notary Public Print or Type Name of Notary State of Washington NOTAtty PUBLIC in and for the State of Washington JEFF L CAVINESS [",My Appointment Expires Mar 16, 2018 residing at . s'k, Salem Road&Driveway My Commission expires on /r qn, /CS� Zel V . Valley Concrete&Gravel BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, CPM Development Corporation DBA ICON Materials .... __.. _._._.___.__ _..._.__......_ __ as Principal, and Fidelity and Deposit Company of Maryland—. as _..__..... .......... ......__ ......._, Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of Total Amount Bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2018 Asphalt Overlays/Project Number: 18-3001 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 17th DAY OF April 2018. QFW Dayelopment Corporation DBA ICON Materials PRINCIPAL Rob Meidin r Fidelit ,and Deposit a of ryland S Attorney-In-Fact 20_. Received return of deposit in the sum of 2018 Asphalt Overlays/Holcomb 21 March 27, 2018 Project Number: 18-3001 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,Susan L.DEVANEY and Scott A.DROPPELMAN,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),Pacific,Washington each in a penalty not to exceed the sum of$1,000,000 and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 27th day of October,A.D.2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND paatyh¢, wyppOt99Fr 11y+4,t�nisit(tjy'g'�,"LryyKC.�y , pper O ��" w�Y°� 3�Z�AF b11�Y 9 dyAia � G{r 111 C1� +. nM i �UL tppa I �f w1y✓relai�AA� Secretory Vice President Michael McKibben Thomas O.McClellan State of Maryland County of Baltimore On this 27th day of October,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President, and MICHAEL 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 same, and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,1 have hereunto set my hand and affixed my Official Seal the day and year first above written p :utr if,SGi al 4 ft fit' $„ Y41 "o Maria D.Adannski,Notary Public My Commission Expires:July 8,2019 POA-F 020-8022U EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section S,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint 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 the 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 I Oth 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 WS"I IMONY"WHEREOF,1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this ;�.. .,..day of.AM _...... »20_rti.�. H �y aemops^ ,yai,'"+`C,d�rastNq4,.y 1'ypy,..y. 1 am �rw Michael Bond,Vice President 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. 2018 Asphalt Overlays Project Number: 18-3001 NAME OF PROJECT CPM Development Corporation DBA ICON Materials NAME OF BIDDER'S FIRM ., , Rob Meidinger SIGNATURE OF AUTHORI2E^19 REPRESENTATIVE OF BIDDER _ v 475 2016 Asphalt Overlays/Holcomb 22 March 27, 2018 Project Number: 18-3001 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 NO. [Enter # 1, 21, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:Jns�;rt Name af_OrigLnal.Camtra & Proiect #,_jfAp9j1Cable ORIGINAL CONTRACT DATE: jlnseq_Qbak,Ori i�a naI Contract was_Sdgned] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, (including applicable alternates and WSST) _ g -- Net Change by Previous Change Orders $ - (incl. applicable WSST) Current Contract Arnount — .. (incl. Previous Change Orders) ..._. .._...... Current Change Order $ _.__....... ....... Applicable WSST Tax on this Change $ Order Revised Contract Sum .� CPM Development Corporation DBA ICON Materials 2018 Asphalt Overlays/Holcomb 23 March 27, 2018 Project Number: 18-3001 Original Time for Completion (insert date) ...._._,._. __ __ Revised Time for Completion iirider Prior Change Orders (insert date) Days Required (f) for this Change working days Order ............ ....._. ._,.. .... Revised Time for Completion - (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, cialms related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR. . ' CITY OF ..�KENT: By:_____ . By __....... — (signature) --�- (signature) Print Name: .._ Print Name Timoth La P.E. — y ... Its............ _,_.._ .. _._... Its Public Works f]irector—_., DATE: (title) DATE:-..—-......------- DATE: APPROVED AS TO FORM: CPM Development (applicable if Mayor's signature required) Corporation DBA ICON Materials Kent Law Department 201E Asphalt Overlays/Holcomb -._ . ". """. ...'.. .. -. .....__,. .. . Project Number; 18-3001 March 27, 2018 BIDDER'S CHECKLIST The following checklist is a guideline to help the contractor make sure all forms are complete, The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should Include the following: / Bid Document Cover Sheet filled out with Bidder's Name ....................EI Order of Contents...........................»,.........,,..».....»..,..,»...,..,«.,».».... . ERr Invitationto Bid...................»...............................................................Er ContractorCompliance Statement........................................................Er Date........................ ................../ ,. , ........... »». Have have not participated acknowledgment......,.................. „� Signature and addresq..«,'..».. .,,...,,.,,»,....».».............,.,.»..............17 Declaration Cityof Kent Equal Employment Opportunity Policy ........&r Date and signature ......................»..................... I( Administrative Policy.......................................................................... e Proposal............. ............................................................................... .k'i" First line of proposal - filled in Unit prices are correct ................................................. ..................Er . .., Subcontractor List (contracts over �300K ........... „ » »« , ,K. Subcontractors listed properly ) . I Signature...................................... .................... NK Subcontractor List (contracts over $1 million)....................... .............Er Subcontractors listed properly.,,».,».»..,,,,,,,„............................ , V Date and signature ...........................».......»»»..,,«.»,««»...,.«....,., l9� Contractor's Qualification Statement .............» Complete and notarized ............................................................. Certification of Compliance with Wage Payment Statutes....................t5 Proposal Signature Page.............«».,............................,... Ef AllAddenda acknowledged ..................................... .........,.........Nr Date, signature and address .......................................................V Bid Bond Form ..,,,, V Signature, sealed and dated ...................................................... ...... � Power of Attorney.».,.....,»».,,.....,«,.»,,,.., . ld (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form Signature .. l Change Order Form....... ..................................................... Bidder's Checklist ..............».......«.»».......,,,,.»...........,.,,..,.«.,,....«.....»»»......1 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) PAYM NTptN�?P'ER ORMAN PQM To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CPrfy €Yp NCe'. 1T.E[),IJA EINPLC7YIMENTQppQMQN[TY COMPU&t4CE ,SJAiMgNT To be executed bythe successful bidder AFTER COMPLETION of this contract. 2018 Asphalt Overlays/Holcomb 25 March 27,2018 Project Number: 18-3001 CPM Development Corporation DBA ICON Materials Bond No. 9283938 PAYMENTANT) 6ry�'IEq'����6p-Oh�y"IH�fry���I(fl40E IBirarh< D � wxnMub At [[ % 3 !r I, N R �0 F K F N tt II KNOW At.l MFN L,Y rlIt ;[ Pltf 91.,;INIS, That ter the tarn Ire ngned, QM Development Corporation DBA ICON Materials ,15 Ih 1HOINdI, end Fidelity and Deposit Company of Maryland 0 i-cri poi attnll oi ganowl ,and e><l^ Ung uATr B:hr Ism of UY2 atrife ut Qoshitlg on' ;7'., a ,mi'iAl / r orpaorntks'no and gjal[Roo6 t.indel Hie law , ui O talc^ sf W"a ' `htgtori to hi'tl ov` '-'eltlpty lapon ( olicf (➢i r'twori,' tdur`, vVlth Municipal Q:C1rpoi 1tjon,,-,, o urnt:y, are j0ln0y and oi!verarlly hold nod Andy Jound to the C1 FY OF l,,EN I' on tlsr patsnral 5uni of 1151376 00 , togetlwr with any adjustirwnts, Lop or 11()wn, let the toltal cont-tact prig ho coi.i^Kc of idh iroge"' in III(,' I onnor I aroru:, for thro n tynrc:rut: for aalilch sure tam f mind oye hnw-t ourselves and our Es Pt i f sbor. , pairs, o driltfllstratoi `y or per;r nal the co, .f r oy bt,; Vho= ohligotisnt 11. OlU t d intu in Irlac`.ladrlt ¢.3 of t:hr .t.hutr,, of tl' e nt ati� of wta<dlnnrll.on, ,hurt fh ("odes 'aad Chdin'em os of the (Apy OF K NT-, No-ry trht Kab , the, (.mill un t A the ,thxave nl7fiW ir,,n we such lha1:; WHEREAS, tlnlor OKI hnhrsuaW to a rnsUwn duly m adon, mended Hind pasoxd by Cit)r t .u!nc'iP of To C ky of Kenn King Cuuiity, VVa4fl uttfin, khc7 Mayor of die Cwt; ref Kent has A or is about, In Ita.t to the Above V,nrrtamJen t'Htrnr,:ip&, a tr:artralrr rynbi ra, the saic1 ;:ontrarlf tilt vidbyj for rtaW.;truction or 2018 Asphaall tier N n�1,vy:p,j Mlrru,aiea:'H; un iibe 1943001 (which +tnn,roA is ttge t;d to I'irsroni cmd is ra hatt hercri6 ru, thour,)Ih ,altruatrnd ht oratoi, and pll lF'IItW ^ 5, t:he Prim_i1pnl he,; as, rapu_pd, or 10 eil,uul to ,at %P , Low c„ontr-ar t, and undritake to p ec nnrt I_he work therein i+ioarirat.d toy in the rnatuHn and tnr1h n the dieter= vet t6arth.`. t:u4nF, 111t1 12kcp ORE, for faun-F?fA rr, projects only, ii fhe Plinc.ip ,d shrall fjirhh.illy par Marine all I lke pi-nn iono of said i ontract In the nnannet arm! within thn Lium Won 'SY forf lq (m' wltalm sU h W,P1' wn" of P,1tho os Ionmy be granted undo o To, said o unfrort, o nd -d ill pay all Wynorm, x" r.harti ulF.:(wh at by 3 arid nicalworKil Ynen, and ll per^ owr rvirt) ,heap su€ataly U)(a Prloc Pat nl ;nbc ntiact.ara with [rPnvl .'iol'l ; atnd upi Iles for Ow c;arrrluq on of e,aid w<x6t and rideinh lty itritj huVcf t.ho fjTy iJIF KFNF Itaannionn Anni any daPn ge to e yn nso hay l v` coon of (Bail( ry at Onfor ,ni ira r tags speondird In naW cunfract or 1Pt,nt ck,fe I )YtIJ o'trinns Of tlr rc lr)f-Anq bi ttw Ill ire l�al 62f vvtlrkoiraratalhlf provided or per ornlrzd unalor said canh ad War ,and in Had t wr. tie Tio, old if,p., on hI , l be void; Twat r>thet'vtrl t of Sall Ilrr, .nj(r oet,u he in eill tnut-e and effect, PI'V VVCI DvAYS 1011- REOV tart ak eve ho.undmi parks have nxe(.Aed this irmtiur➢ ont undo flat ii SeooratN qeMs the narno an out ctypoyahs soal (w rer)lanttd by larva) of each r.rwpolmb; paray in I err Yo Pfflxed and duly t,ntned by An urud.;lAgnA renrr nntal Ives paursu ant to ,ndhordy (A It ; body, 2018 Asphalt Overlays/Holcomb 26 March 27, 2018 Project Number 18-3D01 TWOWITNESSES: CPM Development Corporation DBA ICON Materials PRINCIPAL (enter principal's name above) BY: ka Ph TITLE: ..,.,General Manager DATE: s__00—M DATE: May 9, 2018 "ow CORPORATE SEAL: M PRIVT1 A6 DATE: Fidelity and Deposit Company of Maryland SURETY CORPORATE SEAL: (-I!Y: DATE! TITLE: Tina Davis, Attorney-in-Fact ADDRESS: 15 W South Temple, Ste. 700 Salt Lake City, UT 84101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Rob Meidinger Who signed the said bond on behalf of the Principal 'General Manager/VP of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body, SECRETARY OR RY 2018 Asphalt Overlays/Holcomb 27 March 27, 2018 Project Number: 15-3001 State of UT ( County of Salt Lake ss: i On May 03, 2018 before me,a Notary Public in and for said County and State,residing therein,duly commissioned and sworn,personally appeared Tina Davis known to me to be Attomey-in-Fact of Fidelity and Deposit Company of Maryland the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year stated in this certificate above. My Commission Expires 11l18l2020 �"f w, LlndseyPlOner otkttyPublic rra LI OSEYPIATMER Notary Public State of Utah 4,v p 9 P� 1„ o Commkslon Number 6fl2111 I. ro r",?�td fr(r�}ni,algo�k,�rnhauwlNura;1a XIi1i'.9J ZURICII AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW Aid. MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the Slate ofNew York,the COLONIAL AMFRICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland,and the FIDELITY AND DFPOSIT COMPANY OF MARYLAND it corporation of the Slate of Maryland (herein collectively called the "Companies"), by Thomas O. McClellan,Vice President,in pursuance of authorily granted by Article V,Section 8,of the By-Laws of said Companies,which are set to lli on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate.. constitute, and appoint Tina Davis of Salt Lake City,Utah , 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 he 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 ZURICII 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 DFPOSIT 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 1VITNFSS WHEREOF, the said Vicc-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSI11L1NCE COMPANY, COLONIAL AMERICAN CASUAFJY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 14th day of October,A.D.2015. A 1 ITS 1: ZIIRH H AMERR.AN INSURANCE COMPANY m C Na COIANIALAMERICAN C ANUALTY AND SURFTACOMPANY' FIDELITYAND DEPOSIT COM PAN Y OF MARYLAND By Yhoinns U 9lcClellan BY l?ric U Barnet .._. .._ _. F'ice President Secretary State of Maryland County(of Baltimore On this 141h Jay of Ocmber, A D.2015, herixe the subscriber,a Notary Public ofthe State ofMaryland.duly commissioned and qual ified,Thomas O. McClellan,Vice President and brie D.Barnes,Secretary oflhe Companies,to tie personally known to be file iadividUals and officers desenbed in and who execUled the preceding inslrrunenr,and acknowledged the exeeU[ion of same,and being by are duly sworn,dcposcth and saith,that hc/shu is the said officer or the Company aforesaid,and that the seals alTixed to the preceding instrument are the Corcoran:Seals of said Conipanies,and that the said Corporate Seals and the Sfgnanlre as such ottic(ar were duly affixed and subscribed to the said instrument by the as IR)HAN and direction ofthe said Corporations. 1N tF,s riki WHEREOF,I have hereunto set my hand and aff,red my Official Seal the day and year first above wrillell. t„rW'rx.aa.�l r-b~•DwsGb., fi �...vn.n.,,/ Iry Constance.A Dunn,Notary l'ubhc My COmInIN510I1 Expires..lUly 9,20t9 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,A turn ys•iva-P"r . "I he Chief Execulivc Officer,the President,or any Executive Vice ]'resident or Vice ['resident may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, rceognizanecs, 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 L the undersigned, Vice President of the ZIIRI(AI AMRRICAN INSURANCE COMPANY, the COI ONIAL AMRRICAN CASUALTY AND SURELY COMPANY, and the ldDI;LfIY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and elect on the dale of this certificate;and I do further certify ]hut Article V,Scclion 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 Hoard of Directors of theZURICH AMERICAN INSURANCE COMPANY at meeting duly called and held on the 15th day ofDecember 1998. RESOLVED: "I hat the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of AttorncV...Any such Power or any certif route thcroof bearing such facsimile signatutn and seal shall he valid and binding on the Company." '[his Power of Attorney and Certificate may be signed by fae5lmlle under and by authority (,]'the fallowing resolution of the Board of Directors of the COLONIAI, AMERICAN CASUALTY AND SURE"IY 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 I'IDHLI'I Y 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 lacsimile 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 power of attorney issued by the Company, shall be valid and binding upon the Company with the sane force and effect as though manually affixed. 1N I ES'I IMONY WI IPRFOP,I have hereunto subscribed any name and affixed the corporate seals of the said Companies. this 3rd day of Mav 2018 By: Gerald E. Haley, Vice president CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and CPM Development Corporation DBA ICON Materials organized under the laws of the State of Washinqton located and doing business at 1508 Valentine Ave SE Pacific,WA 98047 2103 ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are 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: 2018 Asphalt Overlays/Project Number: 18-3001 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2018 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 2018 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 ninety (90) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2, The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4, It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2018 Asphalt Overlays/Holcomb 28 March 27, 2018 Project Number; 18-3001 I 5, Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. S. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 2018 Asphalt Overlays/Holcomb 29 March 27, 2018 Project Number: 18-3001 CITY OF KENT BY:.....,_. .. DANA RALPH, MAY RR DATE:-_ �.'....I�.',.I ...__..._..__...._— .__.._._. ATTES ^ KIMBERLEY A, K OTO, CITY CLER ..M-"" 6APROVED AS TO FORM: — KENTLAW DEPARTMENT CONTRACT R BY: � PRIN NA Mark Eichelberger TITLE: Senior Project Manager DATE: May 9, 2018 2018 Asphalt Overlays/Holcomb 30 March 27,2018 Project Number: 18-3001 EXHIBIT A INSURANCE REQUIRIEMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liabillity insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobilk 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' aCcm esn{L sation„ coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial) General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2018 Asphalt Overlays/Holcomb 31 March 27, 2018 Project Number: 18-3001 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance !Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2018 Asphalt Overlays/Holcomb 32 March 27, 2018 Project Number; 18-3001 I EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. . Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2018 Asphalt Overlays/Holcomb 33 March 27, 2018 Project Number: 18-3001 Certificate of Insurance THIS CUP I IFIC ATE IS ISSUED AS A bRA'U"t9[IY, OF IN1ORQATION ONLY AND CONFERS NO RIGHTS UPON YOU IT IF, CERTIFICATE IIOI.DFR. THIS CLICI"II'[CAI E IS NOT AN INSURANCI: POLICV AND DOES NE AMIINI,A.I M 11 NOd OR ALTER TIIE C(IVFRAGP.AFFORDED BY THE POLICIES LISTED BELOW. POLICY LIMITS ARE NO LESS THAN THOSE IIS I ED A I I'I IOU I I'(ILICIE$MA5'fi1v°('7 1701i Al)A I It NA L SI IBI dell Pit 11I N NO LIS I ED BFLC oV, This is to Certify that I CPM Developpment Corporation (120-PAC) 150 ICON M'et81'venu NAME ANDWWL*bc1rt Bq' ' , .,. .1508 Valentine Avenue SE ADDRESS Mutual. Pacific WA 98047-2103 OFINSURED L MSURANC is,at the issue dot oFhis eCL atq insured by the I otnpeny under the pnlicy(ies)feted haloes. 'I 'nsumnce uf(,ded by the listed POliey(iey is subject to all their lends,exclusions and Coneut u,and is not altered by sny reyoirement,term or cnndiliun uCuny contract N other decumom with respectto which this cedifcmc maybe issue. ENP DATE TYPE OF POLICY ❑CONTINuOUs POLICY NUMBER LIMIT OF LIABILITY []EXTENDED m POUC)'PERM WORKERS 9/1/2018 WA7-C8D-004095-027 COVERAGE AFFORDED UNDER WC EMPLOYERSLIARIL11'Y LA W OF'rHE FOLLO W INC STATES: COMPENSATION -027:All States except OF,ND, Bodily ItWiry1 Iny o\Iuiduw WC7-C81-004095-017 WA,WY -017:WI,MN Bodily Injury By Disease $1.000 000 Bodily Injury By Dkwsc %I nno ono_ COMMERCIAL g/1/2018 T82-C81-004095-117 fieneral Aggregate GENERAL LIABILITY $3.000.000 ❑OCCURRENCE -Per Project Aggregate included. Pwdau,/Completed 0pumtions %,,De,ua $3.000.000 ❑CLAIMS MADE Each Ocuuncnce $2.000.000 RI"fRCY I1ATE Persov IK Ady tuising Injury $2,000,000 I d Per.un r organbanun CNha' 'lII1CB' (Jame e to Premises Rented to 4lledical Exp S50,000 Earl Linea AOMOBIE 911/2018 AS2-C81-004095-127 $2'000 000B And o nlyimeeLIA OWNED add,PO,en ❑NON-OWNED f eb Aem] ni or xcu �/I -dcot or Occurrenw; LJ HIRED ccur finch Accident or Occonxncc OTHER 911/2017-9/l/2018 -AS2-C81-054502-527 -$$Ph sical Damage only -Automobile policy $10,000 000 Coll p -Excess Workers 91112017-911/2018 -EW7-68N-004095-347 Excess WC-$250,000,000/EL-$750,000 ComppanSaBlUn and Employers WC&EL Combined-$250,000,000(Includes WA Stop Gap) Liabilit s SIR$250,000 ADDITIONAL COMMENTS Re:PIN 18-3001 2018 Asphalt Overlays The City of Kent,their Agents, Representatives, Employees,and Subcontractors are listed as additional insured with regards to the general liability policy for ongoing and completed operations(per CG 2010 04/13&CG 2037 04/13 attaptled)and the automobile liability policy,on a primary and non-contributory basis,where required by written contract.30 days'Notice of Cancellation. Waiver of subrogation is included in favor of the additional insured,where required by written contract,and where applicable by law. ]fit,,"r ifientu expiration dine is eo'heon.us m extended term,you will be dwi8cd if covcmgc is terminated or reduced before the certificate expiration dale, NOTICE OF CANCELLATION_(NOT APPLICABLE UNLESS A NUMBER OF DAYS IS EN'I lfld D DFI Ote') Libcrh'Mutual BEFORE THE STATED EXPIRATION DAlF THE COMPANY WILT. NOT CANCLL OR I't9OUCI, LIIF. INSURANCE APFORDIiD UNDER THE ABOVEPOLICIES UNTILAI LEAST 30 DAYS NOTICE Insurance Group OF SUCH CAN'CFI.LAFON HAS BEEN MNLED TO: 'n FCity of Kent 400 West Gowe Valerie Reece ` Kent WA 98032 AUIHORQEDREPRESENEATNB Ff 9 Fairfield!049C x° 9450 Seward Road Fairfield OH 45014 800-332-3226 5/4/2018 LOFFICE PrOl 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 31Ju53ba I LM_14 1 9t19-9/10 TVA cr2 1 David isenebcpe— I S/4/201a 9:21.3D ED tCD1'l I Page 1 of I LDI COI 268896 02 11 CERTIFICATE OF LIABILITY INSURANCE DATE'pP'201 Y' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Liberty Mutual Insurance Co. National Insurance East NnME 2000 Westwood Dr. PHONE VAX. .................... .... Mc Wausau, WI 54401 hissSAN; r AUDREIL AppREBS: u CMeCertProductlon Llberty Mutual.com INSURERS)AFFORDING COVERAGE NAICN w IAWLibertyMutual.com INSURER A Liberty Mutual Fire Insurance Companv 23035 INSURED INSURER B CPM Developpfxlent Corporation (120-PAC) DBA ICON Materlcals NSURERC 1508 Valentine Avenue SE INSURER D: Pacific WA 98047-2103 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 41705696 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Imsit ......AbOL$Ul .. ... ,...,,,, POLICYEfrf POLICY EXP ----. ----. LIR TYPEOF INSURANCE POLICYNUMBER IMNppBJyyyy IMMIonrvVVVI LIMITS COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE $ tfh;MACE 9'C31kENffiD $"" CLAIMS MADE F...I.OCCUR MED EXP fAn ) 5 — — PERSONAL&ADV INJURY $ GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ POLICY 11R U LOC PRODUCTS COMPIOPAGG_ $ OTHCR $ AUTOMOBILE LIABILITY COMBINED SiNGLE LIMIT $ ANY AUTO BODILY INJURY)Per person OWNED SCHEDULED BODILY INJURY(Per aadenl) 5 AUTOS ONLY AUTOS _ HIRED NON OWNED PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY I A UMBRELLALIAB ,/ OCCUR ,/ ,/ TL2-681-054523-927 '''9/1/2017 9/V2018 EACH OCCURRENCE $1000000 EXCESS LIAB CLAIMS MADE 11 AGGREGATE $1.000.000 CFO RFTENnTim I Products/Completed Opir s 1.000.000 WORKERS COMPENSATION PE OIH AND EMPLOYERS'LIABILITY ainn_iTF FR YIN ANYPRO MEMB REXCLUDED?ECUTIVE ❑ NIA EL EACH ACCIDENT S (Mandatory InN REXCLUDED4 AS tyes.drrb NH) EL DISEASE-EA EMPLOYEE S er nFPDRPTIDM ntln PFRAT1ONF helnw EL DISEASE-POLICY LIMIT 5 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Re: PIN 18-3001 2018 Asphalt Overlays The City of Kent,their Agents, Representatives, Employees,and Subcontractors are listed as additional insured with regards to the excess liability policy,on a primary and non-contributory basis,where required by written contract. 30 days'Notice of Cancellation. Waiver Of subrogation is included in favor of the additional insured,where required by written contract,and where applicable by law. CERTIFICATE HOLDER CANCELLATION Of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 0THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN West GOWe ACCORDANCE WITH THE POLICY PROVISIONS. Kent WA 98032 AUTHORIZED REPRESENTATIVE Valerie Reece ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD n11o169G I LN_Y9 1 9/t1-9/1 Gxcese 111—id Nenebroeker 1 -r'/a/201e e:33',59 AM (CDT) I Page 1 or I POLICY NUMBER:TB2-C81-004095-117 COMIMEPCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided underthe 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 Limn 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- cal expenses under Coverage C regardless of C. When coverage for liability arising out of the the number of: "products-completed operations hazard' is prov- 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 e. Persons or organizations making claims or reduce the Products-completed Operations Agg- brin in suits". 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 K 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 some 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 ®Insurance Services Office, Inc.,2008 Page 1 of 2 i SCHEDULE Designated Construction Project(s): All Projects. i Information required to complete this Schedule,if not shorn above, will be shown in the Declarations. i CG 25 03 05 09 ®Insurance Services Office,Inc.,2008 Page 2 of 2 POLICY NUMBER: AS2-C81-054502-527 COMMERCIALAUTO CA 20 4810 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies parson(s)or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s)Or Organzzation(s): Any person or organization whom you have agreed In writing to add as an additional Insured,but only to coverage and minimum limits of Insurance required by the written agreement,and in no event to exceed either the scope of coverage or the limits of Insurance provided In this policy. Information required to COmDlete this Schedule.if not shown above,will be shown in the Declarations. Each person or organization shown In the Schedule is an"Insured"for Covered Autos Liability Coverage,, but only to the extent that parson or organization qualifles as an "insured" under the Who is An Insured provision contained in Paragraph A.1. of Section 11— Covered Autos Liability Coverage in the Business Auto and Motor Carder Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 4810 13 0 Insurance Services Office, Inc.,2011 Page 1 of 1 POLICY NUMBER: AS2-C61-0 54 5 02-52 7 COMMERCIAL AUTO CA 04 4410 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OFTRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modes insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(a)Of Person(s)Or Organizatlon(s): Any person or organization for whom you perform work under a written contract if the contract requires you to obtain this agreement from us,but only if the contract is executed prior to the injury or damage occurring. Premium:S INCL information re uired to complete this Schedule, If not shown alcove.will be—shown the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown In the Schedule, but only to the extent that subrogation Is watered prior to the "accident" or the "loss" under a contract with that parson or organzation. CA 04 44 10 13 0 Insurance Services Office, Inc.,2011 Page 1 of 1 Policy Number: A82-C81-054502-527 Issued by: Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED-NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provislons of the Coverage Form apply unless modified by this endorsement. This endorsement Identifies person(s) or orgenization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s)or Organlzations(s): Any person or organization for which such coverage is required by written contract with the Named Insured Regarding Designated Contract or Project: Each person or organization shown In the Schedule of this endorsement is an "insured"for Liability Coverage,but only to the extent that persona or organization qualifies as an 'Insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. The following is added to the Other Insurance CondRlon: If you have agreed that this pollcy will be primary and without right of contribution from any insurance In force for an Additional Insured for liability arising out of your operations and the agreement was executed prior to the "bodily lnjury"or"property damage",then this insurance will be primary and we wail not seek contribution from such insurance. AC 84 23 0811 ®2010, Liberty Mutual Group of Companies.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.with its permission. I POLICY NUMBER TB2-C91-0D4095-117 COWWRCIAL 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 modifies 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 organtzation(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 the location(s) 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 addWrial 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" occuning after: Declarations. SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organlzation(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 liab)ity insurance Information required to complete this Schedule,if not shown above, will be shown in the Declarations. CG 2010 0413 C Insurance Services Office, Inc.,2012 Page 1 of 1 I POLICY NUMBER:TB2-C81-004095-117 COIAMEPCIAL GENERAL LIABILITY CG 20 37 0413 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modes Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS 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 organtradon(s) shown in the Schedule, but only Section IN—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 in the"products-completed operations hazard". 1. Required by the contract or agreement; or 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 Organization(s): Location And Description Of Completed Operations Any owner,lessee,or contractor for whom you have Any location listed in such agreement agreed In writing prior to a loss to provide liability 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 POLICY NUMBER TB2-C81-004095-117 COhPIMERCLAL GENERAL LIABILITY CG 24 04 05 09 WAIVER TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifles. Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following Is added to Paragraph S. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of your ongoing operations or 'your work"done under a contract with that person or organization and included in the "products- completed operations hazard".This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name Of Person Or Organization: As required by written contract or agreement entered into prior to loss. Information required to complete this Schedule,if not shown above, will be shown in the Declarations. CG 24 04 05 09 0 Insurance Services Office, Inc.,2008 Page 1 of 1 Policy Number: TB2-C81-004096r117 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 PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Person or Organization: Any person or organization for which such coverage is required by written contract with the Named Insured 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 2410 0611 ®2011 Liberty Mutual Group of Companies.All rights reserved. Page 1 of 1 Includes copyrighted material of insurance Services Office, Inc.,with its permission. 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 .............................. 1-5 1 -05 Control of Work .............................................................. 1-7 1 -06 Control of Material .......................................................... 1-10 1 -07 Legal Relations and Responsibilities to the Public,,......,....... 1 -12 1 -08 Prosecution and Progress ................................................. 1 -16 1 -09 Measurement and Payment —,......................... 1-20 1 -10 Temporary Traffic Control ................................................ 1 -21 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .......................... .... 2-3 2-06 Subgrade Preparation ...................................................... 2-3 2-07 Watering ....................................................................... 2-4 DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ,,,,,,,,,,,,,, 5-1 5-02 Bituminous Surface Treatment.......................................... 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 COSNSTRUCTION ....................... 8-1 8-01 Erosion Control and Water9 Pollution Control ...................... 8-1 8-02 Roadside Restoration....................................................... 8-6 8-04 Curbs, Gutters, and Spillways ........................................... 8-7 8-13 Monument Cases ............................................................ 8-8 8-14 Cement Concrete Sidewalks ............................................. 8-9 8-18 Mailbox Support ............................................................. 8-10 8-23 Temporary Pavement Markings .................................. ....... 8-11 2018 Asphalt Overlays/Holcomb March 27, 2018 Project Number: 18-3001 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS............................................................ 9-1 9-02 Bituminous Materials ....................................................... 9-1 9-03 Aggregates .................................................................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-2 9-28 Signing Materials and Fabrication ...................................... 9-5 9-30 Water Distribution Materials ............................................. 9-6 9-34 Pavement Marking Materials ............................................. 9-6 KENT STANDARD PLANS ................................„,„,„....„..„........„.„„........ A-1 WSDOT STANDARD PLANS................................„„.„.„.................„...... A-2 TRAFFIC CONTROL PLANS „................................„.„..........„.„..„..„...,„„. A-3 SUPPLEMENTAL INFORMATION „„„„.,„,„.,„„„„„„„„„„„„„,.„„„„„„„..,„......,„„„..,.„„.„. A-4 PREVAILING WAGE RATES..........,.,........„,.,.„....................................... A-5 2018 Asphalt Overlays/Holcomb March 27, 2018 Project Number: 18-3001 KENT SPEC I AFL PRO V" I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 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 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. 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1 -01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT" DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2018 Asphalt Overlays/Holcomb 1 - 1 March 27, 2018 Project Number: 18-3001 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 (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), 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. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED 6YADDING THE FOLLOWING DEFINITION: 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 RID PROCEDURES AND CONDITIONS SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, 2018 Asphalt Overlays/Holcomb 1 - 2 March 27, 2018 Project Number, 18-3001 determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KesntWA„gov/clo.ip.. j-_7azk;i;r cros. t�mf_cl_5 grocurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, 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 BYDELETING THE THIRD PARAGRAPHAND REPLACING WITH THE FOLLOWING: 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 BYADDING 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 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each 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 2018 Asphalt Overlays/Holcomb 1 - 3 March 27, 2018 Project Number: 18-3001 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 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 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2018 Asphalt Overlays/Holcomb 1 - 4 March 27, 2018 Project Number. 18-3001 SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03. 1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract 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 DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 scnPE OF THE WORK SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the 2018 Asphalt Overlays/Holcomb 1 - 5 March 27, 2018 Project Number: 18-30o1 proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 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 A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor tails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 2018 Asphalt Overlays/Holcomb 1 - 6 March 27, 2018 Project Number, 18-3001 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 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. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2, Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 /S REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1 -05.5, the requirements of KSP Section 1-05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, 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. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 2018 Asphalt Overlays/Holcomb 1 - 7 March 27, 2018 Project Number: 18-3001 compensation and engineering and inspection 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 increase 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 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. 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. 2018 Asphalt Overlays/Holcomb 1 - 8 March 27, 2018 Project Number: 18-3001 i SECTION 1-05. 10 1S DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 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 in the notice. 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 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1 -02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Other Contracts or Other Work: None 2018 Asphalt Overlays/Holcomb 1 - 9 March 27, 2018 Project Number. 18-3001 SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can 2018 Asphalt Overlays/Holcomb 1 - 10 March 27, 201 B Project Number, 18-3001 be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(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 Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 2018 Asphalt Overlays/Holcomb 1 - 11 March 27, 2018 Project Number: 18-3001 The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2, Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3, State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax 2018 Asphalt Overlays/Holcomb 1 - 12 March 27, 2018 Project Number. 18-3001 i SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1 -07.2(1) in the proposal bid items. 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage 2018 Asphalt Overlays/Holcomb 1 - 13 March 27, 2018 Project Number: 18-3001 SECTION 1-07. 14 IS REVISED BYADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1- 07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07. 15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 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 in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to 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 PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 2018 Asphalt Overlays/Holcomb 1 - 14 March 27, 2018 Project Number. 18-3001 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection 1 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 for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07. 18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance 2018 Asphalt Overlays/Holcomb 1 - l 5 March 27, 2018 Project Number. 18-3001 To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. 2018 Asphalt Overlays/Holcomb 1 - 16 March 27, 2018 Project Number: 18-3001 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 I 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 conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1 -06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 2018 Asphalt Overlays/Holcomb 1 - 17 March 27, 2018 Project Number: 18-3001 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m, is not required. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: 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. The City will bill the Contractor 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. 1 . Locate work 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. 2. 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. 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 2018 Asphalt Overlays/Holcomb 1 - 18 March 27, 2018 Project Number. 18-3001 indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, 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 work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as 2018 Asphalt Overlays/Holcomb 1 - 19 March 27, 2018 Project Number: 18-3001 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. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. 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. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1- 09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City'sjudgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09. 11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of 2018 Asphalt Overlays/Holcomb 1 - 2D March 27, 2018 Project Number. 18-3001 action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the 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. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521 -0778 or206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 2018 Asphalt Overlays/Holcomb 1 - 21 March 27, 2018 Project Number: 18-3001 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 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 DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1 -10.2(1)B, and Section 1-10.3(1) of the 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". 2018 Asphalt Overlays/Holcomb 1 - 22 March 27, 2018 Project Number. 18-3001 The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1 -10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message 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 of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for " uentiall Arrow Sian (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1 -10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 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. 2018 Asphalt Overlays/Holcomb 1 - 23 March 27, 2018 Project Number: 18-3001 0 1 V I S I ON 2 - EARTI.1MMORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1 -foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: 2018 Asphalt Overlays/Holcomb 2 - 1 March 27, 2018 Project Number: 18-3001 The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual d�apth ilro inehe5 (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. 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 "Remove Cement Concrete Extruded Curb" 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 extruded curb as shown on the plans and described in the specifications. The unit price contract price per lineal foot "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: actual depth in inchps (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 2018 Asphalt Overlays/Holcomb 2 - 2 March 27, 2018 Project Number: 18-3001 8 length x 6 = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the 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. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. 2018 Asphalt Overlays/Holcomb 2 - 3 March 27, 2018 Project Number: 18-3001 SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 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. 2018 Asphalt Overlays/Holcomb 2 - 4 March 27, 2018 Project Number: 18-3001 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BYADDING 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 conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid item 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. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 2018 Asphalt Overlays/Holcomb 4 - 1 March 27, 2018 Project Number: 18-3001 SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Top Course 5/8 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. 2018 Asphalt Overlays/Holcomb 4 - 2 March 27, 2018 Project Number: 18-3001 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTES: This project is being bid based on the 2018 WSDOT Standard Specifications but Division 5 uses the APWA GSP which refer to the 2016 WSDOT Standard Specifications. This Division will be amended once the updated APWA GSP are made public. Currently, references to PG 64-22 and PG 58H-22 are used interchangeably. If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04 IS DELETED IN ITS ENTIRETY AND REPLACED WIH THE FOLLOWING: 5-04.1 Description (March 5, 2018 APWA GSP) This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1 (4) Cationic Emulsified Asphalt 9-02.1 (6) Anti-Stripping Additive 9-02.4 2018 Asphalt Overlays/Holcomb 5 - 1 March 27, 2018 Project Number: 18-3001 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1 (2). (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1 ,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01 . Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 3 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL (March 5, 2018 APWA GSP) 2018 Asphalt Overlays/Holcomb 5 - 2 March 27, 2018 Project Number: 18-3001 If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2) Mix Design — Obtaining Project Approval (March 5, 207B APWA GSP) No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). 2018 Asphalt Overlays/Holcomb 5 - 3 March 27, 2018 Project Number: 18-3001 • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes (March 5, 2018 APWA GSP) The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations (March 5, 2018 APWA GSP) Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31" of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. 2018 Asphalt Overlays/Holcomb 5 - 4 March 27, 2018 Project Number: 18-3001 Minimum Surface Temperature for Pavinq Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55-F 45-F 0.10 to .20 45-F 35-F More than 0.20 35+ 35-F 5-04.3(2) Paving Under Traffic (March 5, 2018 APWA GSP) When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant (March 5, 2018 APWA GSP) Plants used for the preparation of HMA shall conform to the following requirements: 1 . Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2018 Asphalt Overlays/Holcomb 5 - 5 March 27, 2018 Project Number. 18-3001 i 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1 -05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01 .2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment (March 5, 2018 APWA GSP) Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45OF or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that 2018 Asphalt Overlays/Holcomb 5 - 6 March 27, 2018 Project Number: 18-3001 contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers (March 5, 2018 APWA GSP) HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. Ajoint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly 2018 Asphalt Overlays/Holcomb 5 - 7 March 27, 2018 Project Number: 18-3001 removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle (March 5, 2018 APWA GSP) A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless otherwise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1 . Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1 . Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. Additionally, a material transfer device or vehicle (MTD/V) is not required to be used on this project because this is a residential overlay project. 5-04.3(3)E Rollers (March 5, 2018 APWA GSP) Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for 2018 Asphalt Overlays/Holcomb 5 - 8 March 27, 2018 Project Number: 18-3001 compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces (March 5, 2078 APWA GSP) When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. 2018 Asphalt Overlays/Holcomb 5 - 9 March 27, 2018 Project Number 18-3001 The tack coat shall be CSS-1 , or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing (March 5, 2018 APWA GSP) 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1 (2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks orjoints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1 . Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and 2018 Asphalt Overlays/Holcomb 5 - 10 March 27, 2018 Project Number. 18-3001 recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving (March 5, 2078 APWA GSP) In areas where HMA will be placed, use sand slurry to fill the cracks, 5-04.3(4)A3 Crack Sealing Areas Not to be Paved (March 5, 2078 APWA GSP) In areas where HMA will not be placed, fill the cracks as follows: a. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant, b. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair (March 5, 2018 APWA GSP) The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1 .0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21 . Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area, 2018 Asphalt Overlays/Holcomb 5 - 11 March 27, 2018 Project Number, 18-3001 Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP (March 5, 2018 APWA GSP) Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing (March 5, 2018 APWA GSP) After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly 2018 Asphalt overlays/Holcomb 5 - 12 March 27, 2018 Project Number: 18-3001 mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5.04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class 3/4" and HMA Class 1/2" wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class 3/8" 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA (March 5, 2078 APWA GSP) For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance (March 5, 2018 APWA GSP) Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. 2018 Asphalt Overlays/Holcomb 5 - 13 March 27, 2018 Project Number: 18-3001 Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. i Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1 . Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall conform to the following tolerances: Aggregate Percent Non-Statistical Commercial Passinq Evaluation Evaluation 1 ", 3/4", 112", and 3/8" +/- 6% +/- 8% sieves ..............._ _._._..._. No. 4 sieve +/-6% +/- 8% ................................ No. 8 Sieve +/- 6% _.. +/-8% ...................... No. 200 sieve +/- 2.0% +/- 3.0% Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. N/A and 5.5% max These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100 percent passing will be 99-100. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1 Y2", 1 3/4", '/2", 3/8", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment 2018 Asphalt Overlays/Holcomb 5 - 14 March 27, 2018 Project Number, 18-3001 from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. 2018 Asphalt Overlays/Holcomb 5 - 15 March 27, 2018 Project Number: 18-3001 If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-O4.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731 . Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11 . 5-O4.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors ...._..._._ ......------- ----._... ------ Constituent Factor "f" All aggregate passing: 1 Y2 1 3/4", 112", 3/s" and No.4 2 sieves All aggregate passing No. 8 sieve 15� . ........................................ _ ..._... All aggregate passing No. 200 sieve 20 Asphalt binder 40 ........................._- ____ ................................... Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of thejob mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-O4.3(9)C5 Vacant 5-O4.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of 2018 Asphalt Overlays/Holcomb 5 - 16 March 27, 2018 Project Number, 18-3001 CPF minus 1 .00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 .00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance (March 5, 2018 APWA GSP) HMA mixture accepted by nonstatistical evaluation that is used in traffic 2018 Asphalt Overlays/Holcomb 5 - 17 March 27, 2018 Project Number: 18-3001 lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 92 percent of the maximum density. The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0,75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction 2018 Asphalt overlays/Holcomb 5 - 18 March 27, 2018 Project Number: 18-3001 train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublet that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1 .00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1 .00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 1750F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum 2018 Asphalt Overlays/Holcomb 5 - 19 March 27, 2018 Project Number: 18-3001 density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733, A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance, with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA Original Plan Quantity Sublot Size (tons) (tons) -------- <20,000 100 ---------------- 20,000 to 30,000 150 >30,000 _ 200 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublet, with one test per sublot. 2018 Asphalt Overlays/Holcomb 5 - 20 March 27, 2018 Project Number. 18-3001 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1 .00, however, lots with a calculated CPF in excess of 1 .00 will be used to offset lots with CPF values below 1 .00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1 .00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot intons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work (March 5, 2018 APWA GSP) 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested, Acceptance of rejected material will be based on conformance with the 2018 Asphalt Overlays/Holcomb 5 - 21 March 27, 2018 Project Number: 18-3001 nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1 -06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1 -06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1 . When the Composite Pay Factor (CPF) of a lot in progress drops below 1 .00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PF; for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected, 5-04.3(12) Joints (March 5, 2018 APWA GSP) 2018 Asphalt Overlays/Holcomb 5 - 22 March 27, 2018 Project Number: 18-3001 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedgejoint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedgejoint shall have a vertical edge of not less than the maximum aggregate size or more than '/2 of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedgejoint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish Sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interiorjoints within the bridge deck when and where shown in the Plans. Establish the Sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the 2018 Asphalt Overlays/Holcomb 5 - 23 March 27, 2018 Project Number, 18-3001 sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-O5.3(8)B and the manufacturer's application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-O4.3(12)B1 and the following requirement: 1 . Clean and seal the existing joint between concrete panels in accordance with Section 5-01 .3(8) and the details shown in the Standard Plans, 5-04.3(13) Surface Smoothness (March 5, 201 B APWA GSP) The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than Ys inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than '/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1 . Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. 2018 Asphalt Overlays/Holcomb 5 - 24 March 27, 2018 Project Number: 18-3001 Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut buttjoints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5- 04.3(14)A. 2018 Asphalt Overlays/Holcomb 5 - 25 March 27, 2018 Project Number: 18-3001 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. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1 -07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving And Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1 -07.23 and the traffic controls required in Section 1 -'ICJ, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1 . Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1 b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. 2018 Asphalt Overlays/Ho[comb 5 - 26 March 27, 2018 Project Number. 18-3001 d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-223. 3. Permanent pavement marking must comply with Section B.Z.22, 5-04.3(14)B2 Submittals - Planing Plan And Hma Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch — 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include; 1 . A copy of the accepted traffic control plan, see Section ] -10, detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 2018 Asphalt Overlays/Holcomb 5 - 27 March 27, 2018 Project Number. 18-3001 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names,job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 1O.Tonnage of HMA to be placed each day. 11 .Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving And Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1 . General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. 2018 Asphalt Overlays/Holcomb 5 - 28 March 27, 2018 Project Number: 18-3001 e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j.Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublets to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces (March 5, 2078 APWA GSP) Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.306) HMA Road Approaches (March 5, 2018 APWA GSP) HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 2018 Asphalt Overlays/Holcomb 5 - 29 March 27, 2018 Project Number: 18-3001 5-04.3(17) Pavement Reinforcement The Contractor shall install the asphalt interlay fabric at the locations and to the dimensions shown on the Plans and as directed by the Engineer. The interlay fabric shall be placed on existing asphalt or concrete pavement to be overlaid with HMA mix specified in the contract. C©NSTRUCTLON REQUIREMENT'S 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, distributor, and laydown machine as required. The distributor shall have a capacity of not less than 1 ,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. The laydown machine shall consist of a small tractor with attachment for the fabric installation. Bucket loaders or backhoes are not permitted for installation. The Contractor shall not begin application of the interlay fabric until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the interlay fabric are either on hand or readily available. MATERIALS The approved products are: 1 . TenCate Mirafi MPM30 (PGM-30) 2. Tensar GlasPave 25 3. Alliance Geosynthetics RM35 The material properties of the asphalt interlay fabric shall conform to all design and nominal performance standards of TenCate Mirafi MPM30 (PGM-30), Tensar GlasPave 25, Roadmat RM35 or the properties listed 2016 Asphalt Overlays/Holcomb 5 - 30 March 27, 2018 Project Number: 18-3001 below in Table 2.01 . Submittals shall include independent confirmation of the material properties. Table 2,01 — Ph slcal Properties of the asphalt interlay fabric Property ASTM Test Units Min. Avg. Method Roll Value Tensile Strength 0 00 200 Tensile Strength (a) 90" D5035 bs/in 200 Tensile Elongation % < 5,0 Meltinq Point (qlass) D276 °F (°C ) 4500 (2320) Asphalt Retention D6140 pal/vd2 0.10 Mass per Unit Area D5261 oz/vd2 4.0 STORAGE The paving interlayer rolls shall be labeled, with a durable label indicating manufacturer, product name or style number, roll and lot number, and roll dimensions shall be attached to each roll. The paving interlayer rolls shall be delivered and handled in a manner to prevent damage and shall be inspected for defects and damage prior to use. The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 °F) and other environmental condition that could cause damage. WEATHER AND MOISTURE LIMITATIONS Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 50°F. The pavement shall be surface-dry at the time of the application of the asphalt. SURFACE PREPARATION All areas of base failure shall be remove and replaced to acceptable industry standards for the specific traffic loads and condition of the project. Pre-Leveling, if necessary, shall be done prior to placing paving interlayer. The pavement surface 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." In an uverlay or milled surface application, repair all failed pavement areas prior to installation of the paving interlayer. Fill all cracks 114" or greater with approved material. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for E.g., vegetation, moss, dirt, gravel or water. 2018 Asphalt Overlays/Holcomb 5 - 31 March 27, 2018 Project Number 18-3001 A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to achieve a smooth, level surface with no gaps greater than 1/4" depth and width or be acceptable to the project engineer. A finish grind may be used as an alternative to an asphalt leveling course being placed, when you can achieve the final surface texture has no cracks, gaps or vertical angles greater the 1/4" depth and width or be acceptable to the project engineer. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding. INSTALLATION A. Apply the asphalt interlay fabric in a hot PG graded asphalt binder. Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed. B. Asphalt Binder 1 . A hot asphalt binder shall be applied to saturate the paving interlayer (min. to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay. The asphalt binder to be used shall be PG58H —22 (PG64 -22) or higher. Sustained ambient temperatures (above 901) may require a stiffer binder gradation like PG58V —22 (PG70 -22) or higher to improve set time and reduce risk of fabric pick-up under construction traffic. 2. The hot asphalt binder shall be applied per the paving interlayer manufacturer or as directed by the Engineer. For TenCate Mirafi MPM30 the hot asphalt binder shall be applied at a rate of 0.10 Gal/SY on a new HMA leveling surface. On an old smooth surface or a clean fine milled surface apply hot asphalt binder shall be applied at a rate of 0.12 Gal/SY. For Tensar GlasPave 25 and Alliance Geosynthetics RM35 the hot asphalt binder shall be applied at a rate of 0.15 Gal/SY on a new pavement surface, 0.17 Gal/SY on an aged oxidized surface, and a rate of 0.2 Gal/SY on a milled surface. 3. Spray application shall extend four (4) inches wider than width of paving interlayer on lap side. Hot asphalt binder application shall be wide enough to cover the entire width of engineered paving mat material overlaps. The hot asphalt binder shall be applied only as far in advance of the engineered paving mat material installation as is appropriate to ensure a tacky surface at the time of the engineered paving mat material placement. Traffic shall not be allowed on the hot asphalt binder. 4. The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used. 20118 Asphalt Overlays/Holcomb 5 - 32 March 27, 2018 Project Number: 118-3001 Temperature of the hot asphalt binder shall be sufficiently high enough to permit uniform spray pattern and shall be between 350' F and 4001 F. The air temperature shall be 500 F and rising for placement of the hot asphalt binder coat. C. The paving interlayer shall be installed with equipment in good working order that is capable of installing the fabric without wrinkles or manually as needed and recommended by manufacturer. 1 . Initial alignment of the interlay fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the interlay fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. 2. If manual lay-down methods are used, the paving fabric shall be unrolled, aligned, and placed in increments of approximately thirty (30) feet or as project engineer suggest. 3. The material shall be placed flat and wrinkle-free. The paving interlayer installation may require hand brooming as necessary to eliminate ripples that may occur during installation. 4. Brooming or squeegee of paving interlayer is required to insure adequate adhesion into the hot asphalt binder before the hot asphalt binder has cooled and lost tackiness. If the interlayer wrinkles more than 1" height during installation, the wrinkle shall be cut and lapped in the direction of paving. In these repaired areas, additional hot asphalt binder shall be applied as needed to achieve a sound bond to the substrate. Damaged engineered paving mat shall be removed and replaced, per the manufacturer's recommendations, at the contractor's expense with the same type of material. 5. To ease installations around curves, the paving fabric can be placed in shortened lengths by mechanical equipment or by hand. 6. Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely. Transverse laps shall be in the direction of the asphalt concrete overlay placement insuring hot asphalt binder is placed under the overlap. The interlay fabric shall be neatly cut and contoured at all joints. 7. Excess hot asphalt binder that bleeds through the engineered paving mat under normal construction traffic shall be countered by broadcasting clean sand or hot mix to create a bond break between the excess hot asphalt binder and the construction equipment tires. Excess blotting sand shall be removed from the interlayer prior to placing the HMA overlay. No other material, such as asphalt release agents or diesel, shall be used for this purpose. 2018 Asphalt Overlays/Holcomb 5 - 33 March 27, 2018 Project Number: 18-3001 8. No traffic, except necessary construction traffic or emergency vehicles, shall be driven on the engineered paving mat, unless approved by the engineer. If traffic on the interlayer is approved by the engineer, clean sand shall be Lightly broadcasted over the engineered paving mat interlayer, and any loose sand shall be removed prior to paving. 9. Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving interlayer. Caution: Parking on the installed paving fabric prior to final overlay for extended periods could cause damage to the interlayer. 10.Placement of the first lift of the HMA overlay shall closely follow placement of the engineered paving mat. All areas in which the engineered paving mat has been placed shall be paved during the same day, unless approved otherwise by the engineer. In the event of rainfall on the engineered paving mat prior to the placement of the first HMA overlay lift, the engineered paving mat shall be allowed to dry before the HMA is placed. The compacted thickness of the first lift of the HMA overlay on the engineered paving mat shall not be less than 1 .5 inches, and the temperature of the mix at placement shall not exceed the engineered paving mat melting point temperature. Where the total HMA overlay thickness is less than 1 .5 inches, engineered paving mat shall not be placed. NOTE: Minimum lift thickness should be at least 3 times the nominal maximum aggregate size to ensure aggregate can align themselves during compaction to achieve required density and also to ensure mix is impermeable. 11 .Paving interlayer should never be installed when it or the pavement surface is wet. 12.The Contractor shall not place more interlay fabric on the 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. 13. In the event of breakdown of the paving operation, the interlay 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. WORKM41`l� H!P AND t7UALITY CONTROL A Technical Representative for the manufacturer of the paving interlayer shall be on the project to work with the Contractor's 2018 Asphalt Overlays/Holcomb 5 - 34 March 27, 2018 Project Number: 18-3001 personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the interlay 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 interlay fabric satisfactorily. The installing contractor shall give sufficient notice of planned work schedule such that proper inspection of workmanship is accomplished. 1 . Daily, the Contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding. 2. Hot asphalt binder application rate shall not be reduced without the Engineer's approval. 3. Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing the type and quality of material delivered. 4. The Contractor shall provide satisfactory confirmation to the Engineer, for each Street Section, showing the total quantity of asphalt binder installed, at the proper application rate as published by the manufacturer. SECTION 5-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.4 Measurement HMA Class '/2", PG 58H-22 will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Asphalt Interlay Fabric will be measured by the square yard of asphalt surface area, which is satisfactorily covered, sealed and accepted. PG Tack for Pavement Reinforcement will be measured by the gallon of material for the installation of Asphalt Interlay Fabric, which is properly applied, satisfactorily confirmed proper application rate with required documentation, and accepted by the Engineer. No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: 2018 Asphalt Overlays/Holcomb 5 - 35 March 27, 2018 Project Number. 18-3001 The unit Contract priced per ton for "HMA Class 1/2", PG 58H-22" shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. 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. The unit contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). This includes but is not limited to complete compensation for all materials, tools, equipment and labor necessary or incidental to plane/grind, clean, sweep, haul, stockpile or dispose of the asphalt concrete pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. Payment shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. The unit contract price per square yard for "Asphalt Interlay Fabric" constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in cleaning the surface to be sealed, furnishing and placing the interlay fabric and sand, sand removal, in accordance with the requirements of these specifications. The unit contract price per gallon for "PG Tack For Pavement Reinforcement:" constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in furnishing, applying, and documenting application of the hot asphalt binder, in accordance with the requirements of these specifications. Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1 -09.9 for the following bid items when they are included in the proposal: "HMA Cl. 112 PG 58H-22" "HMA for Approach Cl. PG " "HMA for Preleveling Cl. PG "HMA for Pavement Repair Cl. PG "Commercial HMA" 2018 Asphalt Overlays/Holcomb 5 - 36 March 27, 2018 Project Number: 18-3001 "PG Tack for Pavement Reinforcement" The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: hit} ._//www wsdot,w,n,ciov/Business/Construction/EscalationClausesmmhtm The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website for the period immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington as posted on the Agency website. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. Adjustment formullas for FIMA items: If the reference cost is greater than or equal to 105% of the base cost, then Adjustment for HMA = (Current Reference Cost — (1 .05 x Base Cost)) x (QHMA x 0.056) Adjustment for PG Tack= (Current Reference Cost — (1 .05 x Base Cost)) X (QTACK)' If the reference cost is less than or equal to 95% of the base cost, then Adjustment for HMA= (Current Reference Cost — (0.95 x Base Cost)) x (QHMA x 0.056) Adjustment for PG Tack= (Current Reference Cost — (0.95 x Base Cost)) X (QTACK)- Where QHMA = total tons of all classes of HMA paid in the current month's progress payment and QTACK = total tons of PG Tack installed for Pavement Reinforcement paid in the current month's progress payment. Use 233.7 gallons/ton to convert QTACK from gallons to tons. "Asphalt Cost Price Adjustment", by calculation. 2018 Asphalt Overlays/Holcomb 5 - 37 March 27, 2018 Project Number: 18-3001 "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 2018 Asphalt Overlays/Holcomb 5 - 38 March 27, 2018 Project Number: 18-3001 SANITARY SEWERS, WATER MAIINS AND 1' 7-Q5 MANHOLES, INLETS, CATCH IBASINS, AND DRYINELLS, SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements 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 WSDOT Standard Plans B-30.10-01 , B-30.30-01 , and B-30.70-03 as applicable. SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, and the Kent Special Provisions. The Contractor shall coordinate with the following outside utility purveyor to adjust their corresponding utilities. .. ....................._...._.... Protect Area Purveyor Meridian Glen Soos Creek Sewer Russell Miller 425-531-4129 Water District 111 Brent Lewis 253-495-8994 _ Alderwood Soos Creek Sewer Russell Miller 425-531-4129 Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to th,o utility Cornpanyr or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. 2018 Asphalt Overlays/Holcomb 7 - 1 March 27, 2018 Project Number 18-3001 No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be scaled 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 cementitious 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. SECTION 7-05.5 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment " iAd i, , aii Cp anratnt � G,r?,Jo" "Ariuust Existing Manhotle Frame and Cover to Finished Grade"�� "Adjust Existing Sanitary Sewer Cleanout to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install adjustment risers and adjust cover/grade to final finished grade for all structures within the paving limits as shown on the plans and described in the 2018 Asphalt Overlays/Holcomb 7 - 2 March 27, 2018 Project Number: 18-3001 specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating; backfilling; compacting; surfacing; regrouting as determine by the engineer and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Remove Existing Manhole Frame and Cover and Install New Circular Frame fRingy and Cover. T�2" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to reference for future locates prior to overlay, remove existing frame and cover, furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves...................................9-30.3(1 ) Valve Boxes ................................. .9-30.3(4) Valve Marker Posts............... .........9-30.3(5) 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. The Contractor shall coordinate with the following outside utility purveyor to adjust their corresponding utilities. Project Area Purveyor Meridian Glen King County Water District 111 Brent Lewis 253-631 -3//0 253-495-8994 Alderwood Soos Creek W/S Darcy or Ken 253-630-9900 2018 Asphalt Overlays/Holcomb 7 - 3 March 27, 201 B Project Number: 18-3001 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 Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and 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. 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. SECTION 7-12.4 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. 2018 Asphalt Overlays/Holcomb 7 - 4 March 27, 2018 Project Number: 18-3001 SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit price bid per each for "Replace Existing Valve Box Top Section and Lid and Ad�ust 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 3-7M. 2018 Asphalt Overlays/Holcomb 7 - 5 March 27, 2018 Project Number: 18-3001 WD S I ON 8 - MISCELLANEOUS CON5'C12UCT 1©N 9-01 rROS110 i CONTROL AND WATER POLLUTION CONTROL SECTION 8-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these 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. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ......................... ...........8-01 .3(2)B and 9-14.2 Fertilizer .................... ........ ...8-01 .3(2)B and 9-14.3 Mulch and Amendments ....,.,...8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01 .3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. 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 down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. 2018 Asphalt Overlays/Holcomb 8 - 1 March 27, 2018 Project Number. 18-3001 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 2018 Asphalt Overlays/Holcomb 8 - 2 March 27, 2018 Project Number: 18-3001 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, Stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas disturbed as part of this project shall be seeded. Hand Seeding shall be the method of seed application for this project. The Contractor shall notify the Engineer not less than 48 hours in advance of any seeding operation and shall not begin the work until areas prepared or designated for seeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hand Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 2018 Asphalt Overlays/Holcomb 8 - 3 March 27, 2016 Project Number: 18-3001 Seed Mix B shall be used for seeded areas adjacent to grass lawns, sidewalk landscape areas, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before seeded has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the seeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9- 14.4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. SECTION 5-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods; West of the summit of the Cascade Range - April 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. In seeded areas, treat and reseed damaged spots larger than one square foot. 2018 Asphalt Overlays/Holcomb 8 - 4 March 27, 2018 Project Number: 18-3001 SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed or re- fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW 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. 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 stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price square yards for "Hand Seeding" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hand seeding, fertilizing, and watering at the following areas: 2018 Asphalt Overlays/Holcomb 8 - 5 March 27, 2018 Project Number: 18-3001 I . All lawn areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. Sidewalk landscape area. 3. Other areas as directed by the Engineer. 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 outlined in Section 8-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). SECTION 8-02.2 1S DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed .......................................... ............. 9-1 4.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments ............................ 9-14.4 Wood Cellulose Fiber ................................ 9-14.4(2) Special Planting Mixture ............................ 9-14.4(11) Matting .................................................. 9-14.5 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the 2018 Asphalt Overlays/Holcomb 8 - 6 March 27, 2018 Project Number: 18-3001 planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION B-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: i 8-02.3(3) Planting Area Weed Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.4 Measurement Topsoil Type A will be measured by the cubic yard of material furnished on the project. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-04 CURBS, GUTTERS, AND SPILLWAYS_ SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways Prior to removal of cement concrete curbs, gutter and spillways, the Contractor must place a flow line offset to confirm that curb and gutter are constructed to its original location. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: 2018 Asphalt Overlays/Holccmb 8 - 7 March 27, 2018 Project Number: 18-3001 "Pedestrian Curb" "Cement Concrete Curb and Gutter" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 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 Finished Grade" will be by the unit of each monument case cover adjusted. Measurement per each for "Install New Monument Case and Cover to Finished Grade" will be by the unit of each new monuments installed. SECTION 8-13.5 1S DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Monument Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the monument, case, and cover to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 6-72aM and 6-72bM. 2018 Asphalt Overlays/Holcomb 8 - 8 March 27, 201 B Project Number: 18-3001 8-14 CEMIELMT CONCRETE SIDEWALKS SECTION 8-14. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing sidewalk ramp fo the type and location, and in accordance to the slopes and dimensions, shown in the plans. SECTION 8-14.3(2) IS SUPPLEMENTED WITH THE FOLLOWING: 8-14.3(2) Forms The Contractor shall match existing curb return including radius and elevations unless otherwise noted. The Contractor is responsible for obtaining the horizontal and vertical information needed from the existing curb to construct the new curb in the same location. The Inspector may spot check formwork with an electronic level and/or measuring tape. Inspector spot check of formwork does not release the Contractor of its obligation to meet the Contract requirements. The Contractor is responsible for establishing and verifying that all curb ramp slopes complies with the Contract Plan. 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 troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Curb ramp cross slope shall be constructed to not exceed 1 .5% cross slope. Curb ramp running slopes shall be constructed to not exceed noted ramp running slopes in the plans. Landing shall be constructed to not exceed slopes noted in the plans. Curb ramps shall be of the type specified in the Plans and shall include the detectable warning surface. The detectable warning surface, unless specified, shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. 2018 Asphalt Overlays/Holcomb 8 - 9 March 27, 2018 Project Number: 18-3001 SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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. 6 inch depth," per square yard "Cement. Concrete Sidewalk Rarnp Type Parallel A," per each "Cement Concrete Sidewalk Rarnp Type Parallel B," per each „Cement Concrete Sidewalk Ramip Type Single Direction A," per each "Cement Concrete Sidewalk Ramp Type Combination," per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk, sidewalk ramps, and detectable warning surface 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 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. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plan 6-70. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. SECTION 8-18.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-18.5 Payment 2018 Asphalt Overlays/Holcomb 8 - 10 March 27, 2018 Project Number 18-3001 The unit contract price per each for "Remove and Reset Existing Mailbox" shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and reset the existing mailbox as shown on the plans and described in the specifications. This item includes resetting at a temporary location if required and later resetting to the permanent location. 8-23 TEMPORARY PAVEMENT MARKINGS SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 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. 2018 Asphalt Overlays/Holcomb 8 - 11 March 27, 2018 Project Number: 18-3001 DIVISION 9 - MATERIALS 9-02 BITUMINOUS MATERIALS SECTION 9-02.1(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-02.1 (4) Performance Graded Asphalt Binder (PGAB) Performance Graded (PG) Asphalt Binder PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades specified in the Contract shall be used in the production of HMA. For HMA with greater than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the proportions of the mix design shall meet the PG asphalt binder requirements of AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders shall meet the following requirements: Additional Requirements by Performance Grade (PG) Asphalt Binders ..._._............... ... ....._...__.............................................................__ Property Test PGSBH-22 PGSBV-22 PG64H-28 PG64V-28 Method RTFO Residue: Average AASHTO T Percent 350' 30% Min, 25% Min. 30% Min. Recovery @ 3.2 kPa _. ----- 'Specimen conditioned in accordance with AASHTO T 240 — RTFO. The RTFO J,rmff and the PAV direct tension specifications of AASHTO M 332 are not required. 9-03 AGGREGATES SECTION 9-03. 12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: SECTION 9-03. 14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent 3 Inch* 100 3/4 Inch 55 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 2018 Asphalt Overlays/Holcomb 9 - 1 March 27, 2018 Project Number: 18-3001 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min, The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. i 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. I Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. 9-14 E,IROSIt7 gQNTROL AND ROADSIDE PLANTING SECTION 9-14. 1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1 (1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 — 67% sand and/or sandy loam and 33 — 50% composted organic material by volume. Total organic matter shall be at least 50/c by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils," and TMECC 05.07A "Loss-On-Ignition Organic Matter Method." Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot's broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense, A. The soil shall meet the following requirements. 1 . The mixed soil shall meet the following gradation; Screen Percent Size * Passina 2 inch 100 1 inch 99-100 90 — 100 1/4" 75-100 2018 Asphalt Overlays/Holcomb 9 - 2 March 27, 2018 Project Number; 18-3001 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9-14.4(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost- amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1 -gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 9-14.1 (1)C Sandy Loam Sandy loarn shall consist of soil having a rnaxirnurn clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0.15 mm sieve.............................. 15% maximum SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: 2018 Asphalt Overlays/Holcomb 9 - 3 March 27, 2018 Project Number: 18-3001 Mix A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min, % Max. % Proportion Ingredient Pure Seed Germination Weed Seed .......m .........._..............___._.... ._.._.._.. ......._._..._..... 40%° Perennial Rveqrass 98% 90% 0.5% 40% Creepina Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% 0.5% m _ 10% White Dutch Clover 98% 909Z 0.5% (Pre-inoculated) Mix B (Landscaped Area Grass): Weight Seed Mix "B" in. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeninq Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% ° 40% Perennial Rvegrass 95% _ 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% ..........................._ 15% Annual Rvegrass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ...., 16% of weight Total available Potassium ...,,,... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen 21% (Analyzed as N) 2018 Asphalt Overlays/Holcomb 9 - 4 March 27, 2018 Project Number: 18-3001 Available phosphorous.,..... 0% (Analyzed as P205) Available potassium ................. 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL 2018 Asphalt Overlays/Holcomb 9 - 5 March 27, 2018 Project Number: 18-3001 I HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. SECTION 9-28. 14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts Sign posts shall be Telespar metal post, 2"x2" square tube, 14 gauge, with pre-punched holes, or approved equivalent. Sign post shall be installed in strict conformance with Kent Standard Plan 6-82aM. 9-30 WATER DISTRIBUTION MATERIALS SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7, The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 IDS, 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 plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. 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 THIRD PARAGRAPH, THE TABLE TITLED "METAL CONCENTRATION LIMITS" IN SECTION 9-34.4 IS REVISED WITH THE FOLLOWING: ............................................ ....._...... _ _... 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 2018 Asphalt Over 9 - 6 March 27, 2018 Project Number: 18-3001 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-7M Valve Box and Operating Nut Extender STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joint Example 6-35M Expansion and Contraction/Control Joints 6-70aM Mailbox Installation Type 1 (sheet 1 of 2) 6-72aM Standard Monument, Monument Case, Cover and Riser 6-72bM 7" Diameter Monument Case Riser 2018 Asphalt Overlays/Holcomb A - 1 March 27, 2018 Project Number: 18-3001 — OLYMPIC FOUNDRY VB 940 WITH C/L TWO(2) INCH "DEEP SKIRT"COVER. THE COVER SHALL BE MARKED 'WATER'. SEE NOTES 3,4,AND S. SLOPE AWAY 2%MAX(TYR) .._ 3" x o 4 o SEE NOTE 3 w n CARE SHALL BE TAKEN IN __ . . . .... � _.. ..._.- 3__._. ._r.. .. ....... BACKFILL OPERATIONS " i ENSURING OPERATING NUT WATER MAIN IS IN CENTER AT ALL TIMES - ~moo WATER -a- — ------ u I DIRECTION 41 BASE SECTION: RICH 24" LL'� ./—OPERATING VALVE BOX BOTTOM, NUT EXTENDER OLYMPIC NO.VB1C OR AS NEEDED „ PRE-APPROVED EQUAL AND (BELOW RIGHT) '�N SHALL BE COMPATIBLE °J WITH TOP SECTION I I < 3'x3'x4"THICK CONCRETE (3,000 PSI) PAD AROUND VALVE u COVER IN UNPAVED AREAS PLAN VIEW `---2" SQUARE OPERATING PERATING NUT I J [ l —ROCK GUARD, 4 1/4" DIA. 1/8" MIN.THICK 0 w VALVE BOX WITH z w w � OPERATING NUT EXTENDER J NOTES,•, -3/4"SOLID 1mmmmEXTENSIONS ARE REQUIRED WHEN STEEL ROD. VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE SIZED AS ............... NEEDED,AND PAINTED WITH TWO (2) COATS OF METAL PAINT. 3, EARS, LUGS OR STAINLESS CAP OPERATING NUT EXTENDER SCREWS (TRANSMISSION MAINS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ONLY) ON COVER SHALL BE ALIGNED AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE WITH DIRECTION OF WATER FLOW, V RI,'t1 VV+ } ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SEE PLAN VIEW. ��y Y A'T+,Syf ;THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 4. FOR ADDITIONAL REQUIREMENTS AND P,'�' '�, CITY OF KENT USE SEE CITY OF KENT DESIGN AND ro °I• ENGINEERING DEPARTMENT CONSTRUCTION STANDARDS 3.19.E r', VALVE BOX AND AND COR KENT SPECIAL PROVISIONS "r+"' RCNT yf OPERATING NUT EXTENDER s aE: 5• VALVE BOX SHALL BE CENTERED OVER A0, CPC fl'�1I=" " �� Ir raaw athF I�NuaI o IAN pl2wwru cam rdr2 2"SQUARE OPERATING NUT. "'"YONA,G - oan aFn 3_7 12", 6„ T. 10„ ...... s 1/z" g 2 1/z T' '2.Ij2° � . 2 �ti EPDXY ADHESIVE ✓ "4 �.+ o FOR FRESH P ti CONCRETE COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 1...g. .COMBINED CURB AND GUTTER 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL - „ 2„ 3, 1/2", !",. ,.--TAPER SECAND TROWELED .�_ � T`AYPwER SECTION ...... _.w — — - ......r.. 1% MIN. - 2%MAX. v :s 6; 24"' _« 9-ROLLED CURB SIDEWALK ., 4, I __m.m.m.., MAINTAIN EDGE 24"' OF CONCRETE CURB- ---u ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND OU'RB *1/2"OR**1°' «5YUS tOPE I^ ADA RAMP DRIVEWAY NOTES: NOTE: I. CONCRETE CLASS 3000, TYPICAL, UNLESS WITHIN DRIVEWAY SECTION, SEE FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. NOT EXTEND BEYOND THE FACE OF 2, 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 R, ADJACENT PAVEMENT SLOPE. 1�, 4, DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. ' 4 ti\ - aM 5. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE ti ,VARIES TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT `�` � AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE L'FREs ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT � -"q' WA S'^ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, EXTRUDED CURB UNDER GUARDRAIL . G' y CITY OF KENT ENGINEERING DEPARTMENT 20 "It �T CEMENT CONCRETE �` """ kyy�38296 ��G}} 4.' w...i.o.o. CURBS DESIGNED COK . _._._..._ ,,,.,.......__... yl'y oFAwN. iPs SCALE NONE........ STANDARD PLAN 'S".IOMAL r''t' CHECKED,,,, .AID DATE -= -- 6-33M APPROVED wcwcm FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL CB ""-FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP,) ,141 CURB RAMP 1 OR DRIVEWAY Al 1/4"WIDE x 25%SLAB DEPTH(1"MIN.) CONTRACTION/CONTROL. JOINT(TYP.) 3/8" EXPANSION JOINT(TYP.) `F. CB ..-.SEE KENT STANDARD PLAN SECTIONS FOR ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT MP.) LEGEND', A �`--' P' - BOND BREAK JOINT EXPANSION JOINT ----- CONTRACTION/CONTROLJOINT 4 _THICK 5[DEW FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL NOTES: SECTION A-A 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 D994). BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND THE 2. AN EXPANSION JOINT CONSISTING OF 3/8"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. 7. 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 LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF 1/4"WIDE x 250/c SLAB AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED INTO ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CONCRETE FINISH AND SHALL BE MADE 07^1ti"k,'`"j5"t..; THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION E.�` �' CITY OF KENT JOINTS. �'} `4R+ ] ENGINEERING DEPARTMENT ✓ ... ........ ......... 5. AS ALTERNATIVE TO EXPANSION KERT CURB AND SIDEWALK JOINT JOINTS AROUND STRUCTURES, 38P96 EXAMPLE REINFORCING BARS MAY BE EMBEDDED ITPp `'^,.7IS,PE'�0"RI �,, DESIGNED COK IN CONCRETE ON FOUR SIDES OF FY,5�I0---- , Cyi PphWy .gp5 SCALE NONE sTANDARO auZ 'Fr CHECKED STRUCTURES. NAL ,, DATE - 6-34M APPROVED ENGINEEfl m I 15' MAX. — BROOMED FINISH PERPENDICULAR EXPANSION 5' S' 5' TO PEDESTRIAN TRAVEL(TYP.) ' JOINT(TYP,) --- ... SEE DETAIL"A" 4"SHINE _ 2"SHINE FINISH �, FINISH SIDEWALK * L �.--._ WIDTH VARIES 'l EXPANSION ......M \ ." 30INT(TYP) SEE DETAIL A PLANTER STRIP CONTRACTION/CONTROL (WHEN REQ ,JOINT (TYP.)SEE DETAIL"B" CURB AND GUTTERS SS '.. EXPANSION JOINT FOR NEW SEWER CONSTRUCTION; (TYP.)SEE DETAIL"A" STAMP FACE OF CURB WHERE SIDE SEWER CROSSES PERPENDICULAR TO CURB. 3" HIGH LETTERS 1/4" DEPTH. 15'MAX. 4" 2" SHINE FINISH SHINE FINISH —3/8"x FULL DEPTH EXPANSION JOINT L-2° �CONTRACF➢ONICONTR OL MATERIAL, IT O.C. SEE NOTE 1 JOINT, 5' O.C.SEE NOTE 2 DETAIL"A" DETAIL"B" EXPANSION JOINT CONTRACTION/CONTROL JOINT —FULL DEPTH BOND BREAK MATERIAL'. —PEDESTRIAN TRAVEL DIRECTION- 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 15% DRIVEWAY SHINE FINISH SIDEWALK 4"CONCRETE PER WSDOT q+ STD. SPECIFICATION 8-14 /4.�MIN „.2"CRUSHED SURFACING 2,��TOP COURSE '"���� `-3/B"x FULL DEPTH CURB.GUTTER AND SIDEWALK CROSS SECTION E NT CONCRETE DRIVEWAY APRON AND EXPANSION JOINT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL, SEE 8" REINFORCED CEMENT CONCRETE APRON AND NOTE 1 NOTES: GUTTER FOR COMMERCIAL DRIVEWAYS. L. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION 15' O.0 SPACING, ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD. SPECIFICATION SECTION 9-04.1 (4). S. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS 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 6"SLAB, 2" DEEP FOR 8"SLAB, AT 5' 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 REQUIRED BEFORE POURING CONCRETE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE 5. EXPANSION]DINTS IN SIDEWALKS AND t FR�r ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CURBS SHALL BE ALIGNED WITH EACH 5 'pFA "`tt^f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. OTHER AND NOT OFFSET. 4' a �y CITY NG KENT 7 ENGINEERING 6. DESIGN SIDEWALK CROSS GRADE 8 DEPARTMENT SHALL BE 1.5%. � EXPANSION AND 7. WHERE SIDEWALK CROSSES HYDRANT CONTRACTION/CONTROL JOINTS „3�5 �,, serss 4,' w .,.o. r LATERAL; CENTER 3' WIDE PANEL "�,F" `��+'PS^fL'"� oEsicNEo caK sANOARo auN -.W_.�� }; - SCALE NONE ACCROSS LATERAL, USE EXPANSIONS Gl - ...m........ `�I®N'AL, cNECKco yLL DATE .. ]DINT,SEE KENT STANDARD DETAIL 3-1. 6-35M VARIES VARIES EDGE OF 6"TO 12" 6"TO 12" TURNOUT......._.a,,a—...,..I-,,.-. .......... mm� \ AT FACE OF CURB —.,. -WOOD OR STEEL POST z x (STEEL POST SHOWN) 0,17' MAX. STEEL v a ,... TUBE /act x'p}}yy. a. CURB-..... ANTI-TWIST PLATE, '. '"""""_.. � ANTI-TWIST PLATE, -------- "� ..--=.- ... � - SEE WSDOT STANDARD SEE WSDOT STANDARD PLAN H-70.10 0 ----------'� �- PLAN H-70.10-0 TYPE I (STEEL POST OPTION) TYPE I INSTALLED BEHIND CURB VARIES 6"TO 12" VARIES ---,,..,..I_«.... BACK OF 6"TO 12" I SIDEWALK —....,,.....,"'_.3,.._. WOOD OR STEEL POST �f --4"x4" MAX. (STEEL POST SHOWN) WOOD POST - C� rr a a ICI SIDEWALK ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-7D.10-0 TYPE 1 (WOOD POST OPTION) TYPE 1 INSTALLED BEHIND SIDEWALK NOTE: NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT I. ALL LOCATIONS TO BE 1� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE COORDINATED WITH ANDF � ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SERVICE POSTMASTER,BY THE US POSTAL qN' WVA.S�+��'CT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ,{ a CITY OF KENT d^' - ENGINEERING DEPARTMENT 2, SEE WSDOT STANDARD PLANS CIO '2' ---- -- H-70.10-0 AND H-70.20-0 FOR %' MAILBOX INSTALLATION DETAILS. KEWT TYPE 1 =a 8296 w T°" SHEET I OF 2 B. SEE KENT STANDARDS 6.11A.UCTION NAL DRAWN i; .".. am nr sEM1lr-.. ...— — —.........-..._ M 1 S°C(' `w blsiawrn �Irr.PI K6h+S. srnNoneo cuN CHECK t,S' ��i SLALE M1I4)r0F We k�®kM1, r I,Ia , 6-70aM nPPROV16 .. _rnlanaeFn 8" RISER RING DIMENSIONS ccccA 1 3/8" 1 7/8" 2 7/8" (SIZE) 11'' DIA. 91/2 DIA3/4' --:: T 1yr3P 715/16 DIA. ...�� PLAN OF COVER 9 1/16"DIA. V PLAN OF 8" DIA. RISER FINISHED GRADE-- [FINISHED GRADE CONCRETE .. _ 10 9/16"DIA. ASPHALT PAVEMENT PAVEMENT 9 1/4" DIA. COVER M 2" MIN. BRASS -- ASPHALT DISC —�- 3/8 PAVEMENT CONCRETE AS a. 5/6 z SPECIFIED FOR 0 ROADWAY VOID OF MATERIAL ' a 3 a 10'- R2" 8' DIA. o ..................... ........ o LL 1" MIN./6"MAX—y LL u } U aL - CONCRETE -'-d r -5 1314"R. COLLAR o ' w MONUMENT r m u -11/2 a - ' MIN,......._ NATIVE MATERIAL ,.. NOTES: SECTION IT 1. MONUMENT CASE AND COVER-EAST S. CONCRETE SHALL BE A"COMMERDIAL ..,. JORDAN IRON WORKS, PART NO. 369505 CLASS"CONCRETE OR AS OTHERWISE OR PRE-APPROVED ALTERNATIVE. SPECIFIED. 2. MONUMENT CASE RISER- EAST JORDAN 6. PAVEMENT SHALL BE AS SPECIFIED. IRON WORKS, PART NO. 1 1/2" -369590 PLAN OF MONUMENT Z" - 369592 7. FOR 7"DIAMETER RISER SEE KSP 6-726 3" -639594 OR PRE-APPROVED ALTERNATIVE. NOTE': THIS PLAN 15 NOT A LEGAL ENGINEERING DOCUMENT BUT , n11' �'F2F, AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 3. MONUMENT POST- EAST JORDAN IRON ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WORKS, PART NO.CONMONBRC OR F„° I, �.ry THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. PRE APPROVE ALTERNATIVE. ^y�-/^ CITY OF KENT CID - ENGINEERING DEPARTMENT a. THECASTINGS,ASSHALL BE GRAY-IRON STANDARD MONUMENT CASTINGS,ASTM DESIGNATION A ``"'wI�,w/"KENT MONUMENT CASE COVER CLASS 35B SHALL THE COVER AND SEAT SHALL � 38296 '�' w. a"m.q" ' 4 BE MACHINED SO AS TO HAVE PERFECT Q, ^ 'Gpa�gry;;i`¢,'✓ '�v AND RISER CONTACT AROUND THE ENTIRE "Y"S,IbNA4. 1,`C5 bneww _scaDE NanE sraNDaaD PUN CIRCUMFERENCE AND FULL WIDTH OF _ Dare dawuaa : BEARING SURFACE. CHECKED _ 1 2W 6-72OM i Elci,L APPROVED I NEW FINISHED GRADE U —NEW FINISHED GRADE ASPHALT PAVEMENT 8 7/8"" DIA. ASPHALT PAVEMENT B' DIA, A 7 8' 7 3/4" DIA TACK ---- 1 ...... TACK COAT (TYP.) 7 DIA. COAT (TYP ) OLD FINISH` OLD FINI$H" 'GRADE °-GRADE.. CONCRETE , ASPHALT PAVEMENT s" PAVIF-MhNi kXfslmG, UNDISTURBED X-------...CASE MONUMENT , ,NATIVE MATERIAL ' SECTION 7" RISER RING DIMENSIONS NOTES: A 11/2" 2" SIZE) 1. MONUMENT CASE RISER-OLYMPIC FOUNDRY,PART NO. 14-6215 (THIS REPLACES THE SATHER MFG. RISER) OR PRE-APPROVED ALTERNATIVE. 2. MONUMENT CASE COVER-OLYMPIC FOUNDRY, PART NO. 14-6211 (THIS REPLACES THE SATHER MFG. COVER) OR PRE-APPROVED ALTERNATIVE. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN Y ENGINEER RONIC DUPLICATE. THE AND APPROVED FOR PUBLICATION SIGNED IS KEPTBY THE ON FILE AT 3. THE CASTINGS SHALL BE GRAY-IRON aC` -4«SY,{f CASTINGS,ASTM DESIGNATION A-48, THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. � ��" '�x � CLASS Bo.THE COVER AND SEAT BHA LL CITY OF KENT BE MACHINED SO AS TO HAVE PERFECT ENGINEERING DEPARTMENT CONTACT AROUND THE ENTIRE ` f' """ "..... -- ---- CIRCUMFERENCE AND FULL WIDTH OF I T ] DIAMETER MONUMENT BEARING SURFACE. w 38296 4' w CASE RISER G+„ I`'.-VIs4.%,1t�i4i'� ay^:,' DESIGNED cou o. ._._.... 4. CONCRETE SHALL BE CLASS 4000. `; _ Cr _ - scarf NONE sl'ANDARU FLC,N TONAL. ' uaawl+ �nr ...m... GNECKED 20t6 S. PAVEMENT SHALL BE AS SPECIFIED. -- DATE JANUA5Y.EfJUN. 6-72bM ----------- APPROVED WSDOT STANDARD PLANS ROADWAY DELINEATION B-30.70-03 Circular Frame (Ring) and Cover CURBS 1 QEWALKS AND DR I VEWAY F-10.12-03 Cement Concrete Curbs F-30.10-03 Cement Concrete Sidewalk F-45.10-02 Detectable Warning Surface SITE PRESERVATION AND EROSION CONTROL 1-40.20-00 Storm Drain Inlet Protection 2018 Asphalt Overlays/Holcomb A - 2 March 27, 2018 Project Number: 18-3001 EL n9� n m Wig w BLO J o o a B cea d F o b O� o a 4 w Ev gvmma o v '� !!pp 2 I Oru i a —m s v E ` ,2, V n m n R .- E oo y °3 `min z GI U Q 2 Y" U�aU2 ul:W aCFU F. NN J Q <LL WJU Q 0 rcOrW i W F•Bll f. OSN2 (y � V W N OW 41E oIO t- w B O M W a M � ¢ a o a w I �.HILZ 5 q 5 p z o m .815 gip_ O p C LL w Y N w 6 F a pI - y 111 a W u Wy r p2 BF9 �U 1 .BIS � � 3 N H(E OOOOJ W s aaoin�dsn Aew "a � o C N uw4 yylkY 8,y s"4 w r a J a r 6 V O m d 8 Gr .�,i '; 0 4Z G O z w= =w y' $ S• Y h•w r U w tAU ( N 0 WW az i u $ w F rc T w � � .0 of ai� L O IIII``III W LLQ WOtii S3iuvn O ��.m�LU K .... ... J. z ry z m f •S ° U Y' i p R'w ...........p...,`..........._.v O U aw 5 g U ww row O �atry F� w i4y > z 3 o �o a � gyp, o w w rc *.... W o 3 LL LLI 4 Z z m . W V �� p ,.h. Uw I , I m WQ� _ o ° � Z• ' L.1 K Y...G I' % z LL P F LL rc ^ QQ z r rc ..... W C _ m w �— o U - a 0 Q = a z�a w OP 3 a h Wa. ,.. m w ? a W r m S F 3 o � w Y ix le W I+ W Q' G �,_ U (( z a m 2 s 00 zW W i �Cl 0 U QLL o w'� W Q O J m c f r f f a 0 °� 1134011 NY3j A9 NMWO °a s f fill V P. uFI w�Ow G" .9 Qy uj a . Zi V O Z .7 GI nopN v z_ o � y > r " 2� n �U s � ry 0 ZJ NUM wo ly _ °� � w ¢ r O J m W O LL OS w �cy� ...N w N W .� 0 p? _ U n 0 f ONO EL ' F~ W ° 4 wz Fry a O o uY mu r C F iy oa ¢ Zo pK WZ Zu wS �o ao 3 z oz Wz an pU eiz oa n au ?o_ Zp V� =� i oaza z ZF uV KW 2y ZH 2y `1 nry I r.n s M1 mN O N U 7W p J UN � UN VN U po f O c. o j �w � w i � t 2 • •; pJ F za � Z p> o u SZ N N w K n0 U Wes Ou Z O o E¢ 6 Vu Q Q y o % S 1- y 2 lJ F 6 O LL W m _ z II n pw a w wJ SN K NZ 00 021OjAJ tl511 A9 NMtlaO w N 0 w ���0 u a ¢ v ° O v d e ry o s E 5 ' w w a Wa Q W LL o '�' u. � ova "�Y�'"' °w�, FN ~ u Z �11-r-�w' LL % } ry 16 8 m v v v E r.a� an �� c m oOUJ f 9. w m n m y v v O a m �w °Lv K m Q rn 5 ry c w E %V a `o t E Y , m mm wp E w � w am oU 2 o 3c� cw �a� on o NW O N N N«V� �" vv R9omV mt of o av c m ° �Eo y ova � _ O�5o � ?m@n Fv H Qo my vNo Q �.� Qi o al o w i a wp F Y U �h. pul z s apw zc rya F�o { r z N U NI xrf i p a o O r J Z uj 6 r W of m z a y a a n 1.". ww sL t�G�rvw su a Ow WINS mmW,YO O o r w z U U m x G a a 1 e 1� z w L b mm. Ow M w W Ow ¢S r ow a a m uulLio a ww a° f J o l z c $v o $ iG Y Lw F o w ¢ a SS $� w z a oN , a o r w a o U LL z w -.. r v� w.' w a eIQ ° w rvaae a. AI om aa u a ww rcLL rcw m ujo V w `AMJbO ` U Q 2 J WZ poO ➢(1WH9 a P O W W o � _ � 5 { I-wrcz 4 n u U Y " F I a'� rcu5�wN Y a F e... ado U° Z U IJ 02 y a ll3OG1I N1 A -A5 NMVHO S ad Lu N v o m FEW[ pws m `m j� 0Fbo'��rI..j N ` O E / n � E � > � y o m U ❑ m E E J\. N m W F 2 r ry n c K W l g a NO C III � wz� e_i�w✓ n O I�1 p w � 6 O 6 m tJ u a v 3 0 's 0 w a o m a � U I J LL w r I QK K F Z U MCAAO VSII AU NMV80 TRAFFIC CONTROL PLANS 2018 Asphalt Overlays/Holcomb A - 3 March 27, 2018 Project Number: 18-3001 � Y � ww � f yen, ILI - w In l o a w 4-1 � a l Yf f' ti ¢ Ll b y r c, i r � PA a , Iwa ¢t i 321 y f. Vu2J-M1 IlO I ILI ILI LI k�l 0 w � h d x � I n y N K n C f IL LI WLL ILI �O IJ rJy r_ C _ �1 _ -f w d 2 ( r - LL ILL e r l ,- of 7 re "� o h , LI o r f V q` i i •t z n W 19f LI T C3 C`J L�JW ._..m .._..... ..._.......... ............._ u y�zu u ? g Cw_ ILILLLLq "r N ry y yy 4S S8 Z CM� ,.` 10 4�"r J r ILL ewt 9 u. � i r� Wien iI or o c a U+ c q uo tt2 m EILIu C 1110 ,Y >< ry ' , xn Y20-� X bA..rvx{I✓ it N�N N Y o 6 3 ' i Igo o — LILL 5 y., 3 r IL aIL I ILL wLIJ LJI III —III LI ` O ri ILI r o o rt e t ILLUi 7 Lo _ _ iILL ILL Ljj g nY iiiL J ILLo _ z - II'L_114 p a n _ - ILL a k � f ]Gd 5 a T✓ � � O C U U Lt W 6 lu k10 )h Y n n kN w �z a¢wi y2y��'E ILL T11, Yi Ir piR N_m 6 ILL ji �L ILL III C c rw 0 a�> s K _ r c C i ILLd fF1 �I ILI W ILL I I y LILLcf H� W O I � 3IS W ILL u � ILL a K .......,.... ................. I� j r rvr uw2¢,a 1 I 4).1..M, r `G „f 1k. K W ana o ' w � l ,J) w E' 4ry JI06 ZM 44 1� n , 50 , as tis rA p FLppU KU � p �Y � y r_ ti, er 'd,✓�� oa U� L Ci d va ¢a l r l p lY r wd'� ry a ' R9X111.. vnr4 r d�n id (J 3 s pit S oEo 4 J �? 0 t � V Otop 41 4 oi � f � r VI F] V O ,� �• o t9 .... ...... _ lap bM p_N D f11 cc "Q � lu]OIDNIH}�I1C1 JS�(I.: F^ xae � w w r M � fL Y.0 fl 50 aF J Z w zi " o it U 4 4� aw i' a f [l �iuunnirciio ro t '- A NFkCi � � S flUFd' S11FFk '+ za'xrr' M+. __ P. .... 0111 r � e , V 53 „ ' b lE a x .^ 15 �' M1 e QCI tLEIIt TICc n 4 0 o r K CO-, cc s o I It 1 o ri G Cc Lc LL °cc tt 'Lt C11 lc Kd ° _ S t ° t CI ° x r 2 ° ""I ryY"'; u�v'— ,i.—i et re uti=Y••""`1 SUPPLEMENTAL INFORMATION 2018 Asphalt Overlays/Holcomb A - 4 March 27, 2018 Project Number: 18-3001 I SUPPLEMENTAL INFORMATION ESTIMATED QUANTITY BY NEIGHBORHOOD Itcr IMeled 01 Ku¢Zdle 1031dITS1 AdtlbonAUA � ItE tDCtc(ption UOM Tgtal rubber rO fYl IOlA1 IgiVl f cI((1TY1 BASE BID:SBHEUUUE I-STREET 1000 11"Pu l zal r L, ✓ ✓ J J 1 _.. ... ..., ...... ........ _ i00A yiawC tE'bog Asphal[Concele Pamncrt EF IFl00 800 D 65D 3E50 1010 our du YExravafc,11111,HDU1 C1 13D ]0 n '0 210 ' I015 9JnNIC bl F mnaau0n Exca a tlon met,Haul cY aD 6 A I11 3D J020 nemo I EvIllill Allh oll Air,ill Caxn ns 111 IS I26D nD D nID II9D— IDls nemo c I rl o..albs ocva I sy 1020 ISD D I'D Iem 17 101D Ilemn C 1111 Ill Com bid GUUCr LF ..... 1 ✓D. ,�....... ,,...�D 62D sIm I135 ncno (uniurbConerict,F,rudcd Curb T r0 IDOD Ina-II ror,lndad A Harl PollC Ipaumn TON cD rD I Ill lot, .. .. _ .....,,,,,,, — IIV= Crrtm I Ito,CcI 5tgl1hMmt T I D ISD 130 IDu AD 61- 1050 PIe FIEBa La'Evern sr Mrs 5740 IS I 0 22e00 1055 HMACcss112",PC,bo-22 TON ACID 950 3es I0s a..0 lot, Centers c one C ic Sadc walP sampry[ Parallels .. EA J6 I O to SL IOCS 1,1:Irlerit<OuT resDal RI Type f r.lbT 11 EA I 0 D I 2 ------------- ....,.. 111, I010 E:AA)ePs(or,etcAdcwAkR p Fvpu Sinple Diruct—A 11, d 0 0 0 2 IOIS fyle Combinatlon fA I 0 f 0 0 1 IOIIU 'er re tC Ik SY 3/0 150 0 I'D COE rr c t[ t 5 1d 1JnUP DR l.c E [ VI nala FS L ddd AJE � I ..e..,... 20 20 << U Nl ODC rrdpllM1 S IUD ne tC L CbndL cr io o n 'In 3L� 0 it D D ls0 v111OJ dlCb 0 nos Iz Iz lrdL d n I l and Cove r aPtl HSLLP New cule Ell 1 s D (I [ dC rtYp L r� 0 1D 1115 1111-tE L .-hole R IC f Hn h dL d, E1 0 9 D r' P 110 AdryrtE tur,CIhf I tl(,,all to ria,lied6r.do EA 13 13 ] ) 14 1111 Adlust Fx It ny Sa Izmssm U t1 I st dG de EA 0 z 0 D z II Adn ccE91us DiGnu,nuato Cover to nuh,dGrace EA 51 z1 0 I O I 1110 RAr,co, Adn...t"Din,olubbo, EA 1 D 0 O 1 ---- ills" JTup-1F,p,A Cr 11 D ze n 1DD ,.s I 11VD H ds d g sY F) 27 30 15 1 s0 114 �l AffirC1111.1- HH Ia00 1110 POD TDD d200 JI o ffic CoutralSupervisor Cut Aso zn0 ID I3D 710 v rr 1 po yr « „It rbolDexs a ✓ J J J I 1160 P-tablo Charigerble Messegc56 (ILMS( DAY PO LD 2D SD I<U I I CA 5elo,e 10,11Ar r Siti(SAS) DAY 60 Tr ID OD ]6D 11ID lu AI Prose I o, •••• ,• •• .� EA nE 30 11 .D 131 Ins FCC Lord Pit 12D IN 10 4. Is0 I Its n 0 T StilesIl I c or, - Hn PEA n0 Su a0 46D .. 11es SP wi Its ✓ J ✓ ✓ 1 npo E (Watcr ... ._, ...,.,..�., I p II to Cantr<I � FA ✓ J 1195 iAsphalt Cost Price Adlustrnel[ CAIC I J ✓ ✓ 1 VOO MnOrCh 6c CALC ✓ J yl ✓ IT y 12D5 0.rpl ul[1 tedal Fabric SY C1400 f 80D 1900 0 } 2PI00 I -. ._,..... 1210 V'6 iaG To l' lent nefnC cement DAL 3850 I190 500 0 t ,F50 P",I oft PREVA I LI NG 'WAGE RATES 2018 Asphalt Overlays/Holcomb A - 5 March 27, 2018 Project Number 18-3001 Page 1 of 18 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. -------- JourneyLevel Prevailing Wage Rates for the Effective Date: 04/17/20 9 9 18 COUnt: Trade Job Classification Wage Holida Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King, Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Braaleiiir4civ3cc_Gripteayeps Janitor $23.73 SS 2F King 6uildingm5errvviceEmplovees Traveling Waxer/Shampooer $24.18 5S 2F King Buoldirlg Service Eonloyces Window Cleaner (Non- $27.23 5S 2F Scaffold) King Building Servocc Eia°l:rloycos Window Cleaner(Scaffold) $28.13 5S 2F King Crnl)inet Makers ItLl S11gp). Journey Level $22.74 1 King Carpenters Acoustical Worker $57.181 5D 4C King Ca[pgnterms Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King C U?!1 nCer's Creosoted Material $57.28 5D 4C King Ca-irnCers Floor Finisher $57.18 5D 4C King Carpeenters, Floor Layer $57.18 5D 4C King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers & Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers U Tenders Dive Supervisor/Master $72.97 5D 4C King Divers EL Tenders Diver $110.541 5D 4C 8V' King Divers Et Tenders Diver On Standby $67.97 5D 4C King Divers Et Tenders Diver Tender $61.65 5D 4C King Divers @ Tenders Manifold Operator $61.65 5D 4C King Divers 6 Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers Et Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Divers Et Tenders $57.43 5A 4C httos://fortress.wa.aov/Ini/waaelookun/r)rvWaae.lookun-asnx 3/27/2niR Page 2 of 18 Remote Operated Vehicle Tender King rs Assistant Engineer $56.44 5D 3F King 2tgLd g e Workers ke i s Assistant Mate (Deckhand) $56.00 5D 3F King Dt�cdpe Workers Boatmen $56.44 5D 3F King 2:gLhse Workers Engineer Welder $57.51 5D V King P i e d%(�A Akers Leverman, Hydraulic $58.67 5D V King DredRe Workers Mates $56.44 5D 3F King 2redgq Workers Oiler $56.00 5D 3F King Pumvaq_A uj �jj:cator Journey Level $56.78 5D I H King 2[ywyilt Tape;s Journey Level $57.43 5P 1E King Electrical Fixture Maintenance Journey Level $28.99 5L 1E Workers King Electricians - Inside Cable Splicer $76.96 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.24 7C 4E King Electricians - Inside Certified Welder $74.38 7C 4E King Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - Inside Journey Level $71.80 X 4E King Electricians--- Inside Journey Level (tunnel) $76.96 7C 4E -------------- King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor S±iop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction King Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction King Electricians - Powerline Groundperson __$46 28 5A r4D Construction King Electricians - Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction King Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction King Electricians - Powerline Meter Installer $46.28 5A 4D 8w Construction King Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction King Electricians„- Powerline Powderperson $52.201 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $91.24 7D :LA King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King �Raqqei s lJourney Level $39.48 7A 31 King Glaziers lJourney Level $61.81 httDs://fortress.wa.c3ov/lni/waaelookUD/orvWaaelookui).asr)x V27nn1 R | Page 3Of18 King Heat & Frost Insulator s And yman $67.931 LJ �H King fl��atirw �g� Mechanics Journey Level $78.17 7F IE King | . -n= King Inland Boatmen Boat Operator $61.41 5B 1 KCleaner King Inland Boatmen Cook $56.48 5B 1K ' - | - | / KKing Inland Boatmen Launch Operator $58.89 5B I K King Inland Boatmen Mate $57.31 5B IK Of Sewer a Water Sysj�,vs By Operator Remote Control King Lr JSf�ahng Grout Truck Operator 1.50 1 Of Sewer 8:Water Systerns LAY Remote Control Of Sewer Et Water sterns Of Sewer a Water S.yFLIeLij�,._Ijy Of Sewer Et Water Systems By Remote Control King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Brick Pavers $46.57 7A 31 King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $46.57. 7A 31 King Laborers Caisson Worker $48.02 7A 31 King Laborers Carpenter Tender $46.57 7A 31 King Laborers Cement Dumper-paving $47.44 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.571 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $46.571 7A 31 htfn-,.//6nrfrp-,cvoa oov/|ni/m/anp|onk/m/nrvVVanp|ook/ /nnvnx l/77/701R Page 4 of 18 King Laborers Chuck Tender $46.571 7A 31 --- - King Laborers Clary Power Spreader $47.441 7A 31 King Laborers Clean-up Laborer $46.571 7A 31 King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Form Stripper $46.57 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller King Laborers Crusher Feeder $39.48'' 7A 31 King Laborers Curing Laborer $46.57 7A 31 King Laborers Demolition: Wrecking Et $46.57 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02'' 7A 31 King Laborers Drill Operator $47.44 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller 8 Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker Et Transit $48.02 7A 31 Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker $48.02 7A 31 (level A) King Laborers Hazardous Waste Worker $47.44 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57 7A 31 (level C) King Laborers IHigh Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King Laborers lLaserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 httos://fortress.wa.ciov/lni/wacielooktin/nrvWaaelnnkiin-asnx V?7nniR Page 5 of 18 King Raw motorman-dinky Locomotive $47.44 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Ft Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.441 7A 31 King Laborers Pilot Car $39.48 7A 31 King Laborers Pipe Layer Lead $48.02 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.44 7A 31 King Laborers, Pipe Reliner $47.44 7A 31 King Laborers Pipe Wrapper $47.44 7A 31 King, Laborers Pot Tender $46.57 7A 31 King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 Kling Laborers Scale Person $46.57 7A 31 King Laborers Sloper (over 20") $47.44 7A 31 King Laborers Sloper Sprayer $46.57 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31 King Laborers Stock Piler $46.57 7A 31 King Laborers Tamper Et Similar Electric, Air $47,44 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple >t Self- $47.44 7A 31 propelled) King Laborers Timber Person - Sewer $47.44 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person(at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control Laborer $42.22 7A 31 SR King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.44 7A 31 htti)s://fortress.wa.aov/lni/waaelookUD/r)rvWa(ielookun.a-nx 3/27/?nlR Page 6 of 18 King Laborers Tunnel Work-Compressed Air $92.60 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $97.63 7A 31 Q .._. Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air 1$107.01 7A 31 8S Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 8Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 Tender King Laborers Tunnel Work-Miner $48.12 7A 31 8, King Laborers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman $35.88 7A 31 King Laborers Welder $47.441 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 King Laborers-,--,Underground Sewer General Laborer Et Topman $46.57 7A 31 Fi Water King Laborers - Underground Sewer Pipe Layer $47.44 7A 31 Ft Water King Landscape. Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Lant sa:ap-e CGrmst,rrrctipra Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King w(ln,Shopj. Fitter $15.861 1 King Metal FabricatiorLfIn Stop Laborer $11.501 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal FabricaCiorrfln Shop), Painter $11.50 1 King Metal Fabricating.fln Sl-oo)J Welder $15.48 1 King Mittwright. Journey Level $58.68 5D 4C King Modular Brotdings Cabinet Assembly $11.56 1 King Modular puildin _ Electrician $11.56 1 King Modular Buildinus Equipment Maintenance 1 $11 561 1 King Modular Building. IPtumber 1 $11.561 1 httDs://fortress.wa.ciov/Ini/waaelookuD/DrvWaaelookUD.asox 3/27/2018 Page 7 of 18 King Modular Btailciirn s Production Worker $11.50 1 King ModularBuildinss Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King ModLJar' BrrildinPs Welder $11.56 1 King Painters Journey Level $41.60 6Z 2B King He Driver Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker - _ $71.35 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $76.35 5D 4C Compressed Air Worker 30.01 44.00 PSI King Pile Driver Hyperbaric Worker - $80.35 5D 4C Compressed Air Worker 44.01 54.00 PSI King Pile Driver Hyperbaric Worker - $8535 5D 4C Compressed Air Worker 54.01 - 60.00 PSI King Pilc Driver Hyperbaric Worker - $87.85 5D 4C Compressed Air Worker 60.01 64.00 PSI King Plle_Driver Hyperbaric Worker - $92.85 5D 4C Compressed Air Worker 64.01 68.00 PSI King Pile Driver Hyperbaric Worker - $94.85 5D 4C Compressed Air Worker 68.01 70.00 PSI King Pile Driver Hyperbaric Worker - $96.85 5D 4C Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $98.85 5D 4C Compressed Air Worker 72.01 - 74.00 PSI King Pile DriverJourney Level $57.43 5D 4C King Plasterers Journey Level $54.89 7Q 1R King Plavground Et Park Equipment Journey Level $11.50 1 Installers King Plun11)er% a PrpefUerrs Journey Level $81.69 6Z 1G King Powell' L:epurprnent Operators Asphalt Plant Operators $60.49 7A 3C 8P -._ _ - - ftg PcrwerFalurprslcrLQperatrrs Assistant Engineer $56.90 7A 3C 8P King Power Eguil.rment 0 rgtgrs Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $59.96 7A 3C 8P Concrete King Power Equipment Operators Bobcat $56.90 7A 3C 8P King Power E:rAUiprnent Operators Brokk - Remote Demolition $56.90 7A 3C SP Equipment - - King Power_ qur_pru7e_nt Op eaators Brooms $56.90 7A 3C 8P King Rower Equipment C erakgLs Bump Cutter $59.96 7A 3C 8P King, Power_Equipment.Operators Cableways $60.49 7A 3C 8P King Power EtrurpiYrc r'rt Operators Chipper $59.961 7A 3C 8P httns //fnrtress.wa.aov/Ini/wanPlnok€€n/nrvWanPInnkirn_acnx '3/77miR Page 8 of 18 King JPower Equipment Operator s Compressor $56.90 7A 3C 8P King F'tav er Cc)urpma tmOi e attars Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment OpmatQL Concrete Finish Machine -laser $56.90 7A 3C 813 (Screed King Power EUuipnient Oncrakors Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power lgtnp7rnent Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42m King Power Eguipme nt Operators Conveyors $59.49 7A 3C 8P King Power E.te mgnt_apergtrars Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power Equipment Operator Cranes: 20 Tons Through 44 $59.96' 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10' 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72'' 7A 3C 8P 250' of boom including jib with attachments King Powc r E9pipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King LnLer gl� iprner t Oger cars Cranes: 45 Tons Through 99 $60.49' 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Powet EcJuisanicrnt�a(.LmLors, Cranes: A-frame - 10 Tons And $56.90' 7A 3C 8P Under King Power Equapmt nk OL.Igrtptnrs, Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipmenk.Operators Crusher $59.96 7A 3C 8P King Power Equipment OPeratpr5 Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King f1 y ckw[,etu i der t OpeaRo15 Derricks, On Building Work $60.49'' 7A 3C SP King Power CC tri inenl O crratars Dozers D-9 Et Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49' 7A 3C 8P Or Crane Mount King Powegm,Equrp qr f ppera, ors Drilling Machine $61.10' 7A 3C 8P King Powcruyrnent Operators, Elevator And Man-lift: $56.90 7A 3G 8P Permanent And Shaft Type King Power Equimark eoa¢o s, Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco fs Similar Equipment King Power kwguipmenk Oor rotors $59.49' 7A 3C 8P httDS://fortress.wa.aov/Ini/waaelookUD/DrvWaaelookur).aSDX 3/27/2O18 Page 9 of 18 Forklift; 3000 Lbs And Over With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King a atLqL.S Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King 2gwel Egglip noUt raters Gradechecker/stakeman $56.90 7A 3C 8P ,L_ _Qp�_rc ... —r — King Power.E.quipin_ntOperato, Guardrail Punch $59.96 7A 3C 8P s King Low(-jr Ec a Jpnie it Orators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Hard Tail End Dump __$59,96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power' L(j2jrjmtnL( 4LqpgL isHorizontal/directionat Drill $59.49 7A 3C 8P Locator King P2 it.p jLito.Ls Horizontal/directional Drill $59.96 7A 3C 8P Operator King Power_q ipme t Openators Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Hydratifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under King tnt,Qpe ra tars Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Over King Power_Eq 012ment Operators Loader, Overhead, 6 Yards.. $60.49 7A 3C 8P But Not Including 8 Yards King !Lqwcr_IauJL)Liaenj 0-.eralors Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards I King Power_Ecjuipr ent_Op.e,..ratorr Loaders, Plant Feed $59.96 7A 3C 8P — — King Power Equipment-QL)eLitors Loaders; Elevating Type Belt $59.49 7A 3C 8P King rawer L quipnentOperators Locomotives, All $59.96 7A 3C 8P King Power Ecn0XTIent_O)erators Material Transfer Device $59.96 7A 3C 8P King Power Ecru ipme it 0 Mechanics, All ([eadmen - $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power EQUirwncrt Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Eq rip Mucking Machine, Mole, $60.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Er ui, nnernirac,ratars Oil Distributors, Blower $56.90 7A X 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P ......................... ---------- 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P iTons And Over King Power Equipment j?p eratqLjs Overhead, Bridge Type: 45 $60.49 7A 3C 8P ITons Through 99 Tons King PowLc�L E uipment Operators I Pavement Breaker 1 $56.901 LA 3C 8P httos://fortress.wa.00v/1ni/wacielookUD/nrvWacielonkiin.a-ny 3/77/?nl R Page 10 of 18 King kPo2w(�" c:i°tt. Oj)�cjr a t gr s Pile Driver (other Than Crane $59.96 7A IC 11 Mount) I King Power Equipment Operator Plant Oiler - Asphalt, Crusher $59.491 7A 3C SP King 22wqLE:gL Qp Pesthole Digger, Mechanical $56.90 7A 3C 8P _ _ King Power Ecruirrment Operators Power Plant $56.90 7A X 8P King Power rrpirrcr c 5 Pumps - Water $56.90 7A 3C 8P King EoweLEjcuip 2LiLOperLitors Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P L King I?ower Equillment je Quick Tower - No Cab, Under $56.90 7A 3C 8P _qL _ratDi s 100 Feet In Height Based To Boom King 0 Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Rigger And Bellman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bettman $59.49 7A 3C 8P (Certified) King Power Equipment Operators Roltagon $60.49, 7A 3C SP King Power EqL�ij)meLitjOperators Roller, Other Than Plant Mix $56.90 7A 3C 8P King L�owc jr E_gy ne m Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P _(pn tgj)erators Materials King Power EPa Roto-mitt, Roto-grinder $59.96 7A 3C 8P King Power EquipmQnt Operator Saws - Concrete $59.49 7A 3C 8P King Power L jurjjn0pcx s Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards nentLiat — — — I King Power Equipment Operators Scrapers - Concrete Et Carry $59.49 7A 3C 8P All King Power EouiDnnent Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power EqUil)rnent Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/guniLe Equipment $56.90 7A 3C 8P King Power EOLlipment gperators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equip meen L_O.xrators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: 61.10 7A 3C 8P Equipment_ Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Power........................... Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King PowL r Rquiipnnent.Opf�rators Spreader, Topsider Et $60.49 7A 3C SP Screedman King Power Equipment Ogr�Lrators Subgrader Trimmer $59.96r 7A 3C 8P King Power Equipment Operators ITower Bucket Elevators $59.49 7A X 8P King Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P Height Base To Boom httDS://fortress.wa.aov/lni/wacelookUD/DrvWaaelookui).asr)x 3/27/2018 Page 11 Of1A King Eqjwer EcL�LiEML[�� M-s Tower Crane: over 175' $61.72 7A 3C SP through 250' in height, base to boom height from base to boom � ""'s cluiqmentTruck Type | � King� ~ King Power Egutqrnerd: OQqLcjtc Truck Crane Oiler/driver $59.49 7A 3C 8PTons And Over Under 100 Tons King Llov�tr `UA�)men� 0 erators Truck Mount Portable $59.96 7A 3C 8P Conveyor King Power Ec Lnj Wheel Tractors, Farmatt Type $56.90 7A Kc 5—P King Power E Lb oL�- Asphalt Plant Operators $60.49 7A 3C 8P King Lq�ySLr FS nj,- Barrier Machine (zipper) $59.96 7A 3C 8P jL Un&?rQround Sewer R Water King Power Kcluiilmm UnAMround Sewer F1 Water Concrete Underground Sewer Fir Water King Power Equip Brokk - Remote Demolition $56.90 7A 3C 8P gn��errqjQdLSewer Et Water Equipment King FowgLj�c Underground Sewer Et Water King Power Equipment Opei ators- Bump Cutter $59.96 7A 3C SP L�nderground Sewer Et Water Underi�rou�d Sewer EL Water ,round Sewer a Watei King Powei EguipmYtent 0 -rators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Unckerground Sewer a Water With Boom Attachment Over Lquipment 0j)erators-_ Concrete Finish Machine -laser $56.90 7A 3C 8P jjnderqLpqrjd Sewer EL Water Screed King -.2Laors- Concrete Pump - Mounted Or $59.49 7A 3C 8P Under�vound Sewer S Water Trailer High Pressure Line Pump, Pump High Pressure. King PowerEcLuIpmerat Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Under round Sewer Et Water With Boom Attachment Up To htfDS://fUrf[eSS.VV3.00V/1Oi/VV3UelOAkuo/orvVVaoelnnk||n-a.-nx 3/77/7012 Page 12 of 18 Power egrtrpnterltO—Litr LLi� UrOdLerp,Lgg id ewer Et Water King EgNypEf Cranes Friction: 200 tons and $62.33 7A 8P _g perators- 3C Under Ut .!und Sewer ft Water over King Power Equipment Operators Cranes; 20 Tons Through 44 $59.96 7A 3C 8P Underground Sewer EL Water Tons With Attachments King Power Equipment Operators-, Cranes: 100 Tons Through 199 $61.10 7A 3C I SP Underground Sewer L Water Tons, Or 150' Of Boom (including Jib With Attachments) King PoNier EQUiDment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underground Sewer ft Water 250' of boom including jib with attachments King Power E Llipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 8P Ui udergu ound Sewer Ft Water 300' of boom including jib with attachments King Power EoUiDnlent Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-f rame - 10 Tons And $56.90 7A 3C 8P Underground ound Sewer a Water Under King LoEq�[ Cranes: Friction cranes $61.72 7A 3C 8P Undervrrqund Sewer 8: Water through 199 tons King Power Eoui anent Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer Ft Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer & Water King Lov .LE A qtlIL.QjjtL�LtqLL. Deck Engineer/deck Winches $59.96 7A 3C 8P �p _qL_2L Underrr round Sewer ft Water (power) King Power EQUipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Ur dc.rgmrr,�rtq Ft Water King Power Equipment Operators- Dozers D-9 Fr Under $59.49 7A 3C 8P Underp,rowid Sewer fl Water King power n wt�t e�C, �qL-_ Drill Oilers: Auger Type, Truck $59.49 7A X 8P _E�qqh�L_ _gp_ _11 � — Underground Sewer a Water Or Crane Mount ................... King EoweL -&jApniqnt gRe.LgIo s- Drilling Machine $61.10 7A X SP Underground Sewer a Water King !L(LLyi�ILL(LyJjImc it. Operators-- Elevator And Man-lift: $56.90 7A 3C 8P 2. __ !Ind(LrEi gund Sewer Ft Water Permanent And Shaft Type King Power E(Luipmtnt QL)iLrT 9- Finishing Machine, Bidwell $59.96� 7A 3C 8P Q Li d_:,,.rPround Sewer ft Water And Gamaco Et Similar Equipment King P�n_cr�Egm Ipm 01 Forklift: 3000 Lbs And Over $59.49 7A 3C 8P UtldcrgEcr nisi Viewer ft Water With Attachments King Power Eguipinnent Operators. Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P .Underground Sewer It Water With Attachments mttLt _$ 9.96 7A 3C 8P King op±,t�atQL�� Grade Engineer: Using Blue Underground Sewer Ft Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer Et Water httr)s://fortress.wa.aov/lni/wacielookUD/DrvWaaelookUD.aSDX 3/27/2018 Page 13 of 18 King Power Equipirient Operators- Guardrail Punch $59.96 7A 3C 8P A LPL and Sewer Et Water King FqyverEquiprnent OpqrAtors- Hard Tait End Dump $60.49 7A 3C 8P q��ieijrownd Sewer Et Water Articulating Off- Road Equipment 45 Yards. f± Over King P Hard Tait End Dump $59.96 7A 3C 8P !LicLerp,Loi�d Sewer [i Wa u ter Articulating Off-road - Equipment Under 45 Yards King Egyverr S gjApmoit. De�i:ator.- Horizon tat/directional Drill $59.49 7A 3C 8P nr QL __ UrIdgrgraundSewer Et Water Locator King aowtLf_F ) ne�jt.D Horizontal/directional Drill $59.96 7A 3C 8P qgj_�L_ I n(!g rqrind Sewer Ei Water; Operator i King Hydralifts/boom Trucks Over $59.49 7A 3C 8P Undtar,tound Sewer ft Water 10 Tons King _�56 90 7A 3C 8P _Qp2LcjtoL5- Hydratifts/boom Trucks, 10 jjnderground Sewer E Water Tons And Under King Rm n( ( qjp Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P wE,i Et Water Over King E2wer Eau, iwnent Operators- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P 9-nd.erpmund-Sewer Water But Not Including 8 Yards King Power Etruopm nt OReLaLors Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer Et Water Yards King L)g&tl:L:J(_qi.p1rent Operators- Loaders, Plant Feed $59.96 7A 3C 8P U Rd tLog Eqqndi Sewer It Water King Pqyv eCrSLrjaL..Qp.c�ratqLs Loaders: Elevating Type Belt $59.49 7A 3C 8P Ur�deLLCqqEd_Sower Water King Power EqqLPT2!1t,.Ope rators- Locomotives, All $59.96 7A 3C 8P Underground Sewr Ft Vl_a_ter .................. King f!g wf L Egj j i2i 1)p,n j_Qjper a t o r s- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water King 22�yer Ectuipment Operators-, Mechanics, All (leadmen - $61.10 7A 3C 8P Undei viound Sewer (i Water $0.50 Per Hour Over Mechanic) King Power EggipMg it gperators- Motor Patrol Graders $60.49 7A 3C 8P Underuround Sewer & Water King Power Eg L ijpin eLij 0 gncjtqr s- Mucking Machine, Mote, $60.49 7A C P 1tri4gEgrogrid � p L L _Sewer a Water Tunnel Drill, Boring, Road Header And/or Shield King Llqwcr EqLijLELtgLgpfLg Oil Distributors, Blower $56.90 7A 3C 8P Unr_iPrvrnunrl Sewer Et Water Distribution Et Mulch Seeding EMaz Operator King Power Equiprnent.0pL rators- Outside Hoists (elevators And $59.49 7A 3C 8P _ _ LhuReL groundSewer Ft Water Manlifts), Air Tuggers,strato King RawerE Overhead, Bridge Type Crane: $59.96 7A 3C d Wateii 20 Tons Through 44 Tons King Power Equipment Operators:, Overhead, Bridge Type: 100 $61.10 7A 3C 8P Underground Sewer & Water Tons And Over King Po Overhead, Bridge Type: 45 $60.49 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King &>owc E u menl 012(,r2tors- Pavement Breaker $56.90 7A 3C 8P LMLEffVrOLffid Sewer' & Water 11 King 1 $59.96 7A 3C 8P httDS://fortress.wa.00v/1ni/wacielookiir)/nrvWacip.Innkiin-a.rny V77/7m R Page 14 of 18 aowc E;quntnrer.it Qp' r! tors- Pite Driver (other Than Crane Unde)�&jround Sewer a Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Undergroun_ d Sewer to Water King Powc>r E.cjgjp ent Operators-rtoas- 'Posthole Digger, Mechanical $56.90 7A 3C 8P Unda gj,ound Sewer B. Water _ King Pawer E€purl)meirot () erators- Power Plant $56.90 7A 3C 8P UnderQ1 nand Sewer Ft Water King Power C%uil rent,Operatoi s- Pumps - Water $56.90 7A 3C 8P Underground Sewer R Water King Powt;,r Erbtiipr7acnt.OLi rators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P llnrJerg,rratu7d Sewer it.Water King Power E ur arnent operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To Boom King Power Eept€ipmenr Operator's- Remote Control Operator On $60.49 7A 3C 8P Undr:rpround Sewer & Water Rubber Tired Earth Moving Equipment King T9m.LkLL0rsreaent,_opi!�iattars.. Rigger And Bellman $56.90 7A 3C 8P Underground Sewer It Water King Power_Eguipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P !Underground Sewer a Water (Certified) King Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer Et Water' King 'Power Fctaip nro¢ant_0 perc tors- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer` Et Water King Powerm_ ttrr,tanarzcrt t0Rtr,raLtggj- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Unde ground St wee Ft Water Materials King Power Equit riser t Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P kindcrground Sewer" U Water King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer It Water King PonddEguipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P Underground Sewer Et Water 45 Yards King Power E€uy 33r�ac.otk P eF`at2rs- Scrapers - Concrete Et Carry $59.49 7A 3C 8P Underc=,round Sewer Et Water All King power Egui rp perrl_Qgcr<tpirs- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Under-ground Sewer Et 'Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment_Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P U'ndert.round Sewer R WWater, King Power E€qq p n 11 Qpgrakarz- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Powon�EctpjgnenkOpeo_ators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underground Sewer Et Writer Over 30 Metric Tons To 50 Metric Tons King Poweo Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equapprent Operators- $61.10 7A 3C 8P Underground Sewer li Water httos://fortress.wa.aov/Ini/wacielookuO/DrvWacielonkur).asnx 3/27/2018 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons I King L0vLeL_LqLnjxTent Shovel, Excavator, Backhoes: $61.72 7A 3C 8P _qLg jUnqtf uijqL�fw-r EL Water Over 90 Metric Tons_ - --- —King -.Pwe-! fgui2ment Qp2Ejta�r Slipform Pavers $60.49 7A 3C 8P Undergiouord Sewer Et Water King aqw!.2r Lgulprrlorft Operators- Spreader, Topsider Et $60.49 7A 3C 8P Uo der,rotjnd Sevfer a Wate¢ Screedman King Pqvoe r E_q u i Imlervt rators-_ Subgrader Trimmer $59.96 7A 3C 8P . Ope_ Underground Sewer a. Water King EoweLL(,LuL)rDeLLL operators- Tower Bucket Elevators $59.49 7A 3C 8P jLnd.erf?r�g.qrjd Sewer EL Water King Power Egnrpmrr°rt .S., Lq2i,�: Tower Crane Up To 175' In $61.10 7A 3C SP Undeir,rourid Sewer ft Water Height Base To Boom King Tower Crane: over 175' $61.72 7A 3C 8P !kidg,rLn2L��,jd ewer.Et Water through 250' in height, base to boom King glLeEatgr�,L- Tower Cranes: over 250' in $62.33 7A 3C 8P Lrok_LrLd Sewer Ek Water height from base to boom King ?Qw(,,L_EqUi entOperators- Transporters, All Track Or $60.49 7A 3C 8P Underground Sewc-�,r Et Water Truck Type King Power_L%�lp as QLc�'il ors• Trenching Machines-- $59.49 7A X 8P qrwtc?Lg i r .,.wc-,r Ft Water,EqL qi. - King Eo�wtLLqUMnnqgj qtors- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P _ _ _Qper_ — — — 2ndqrgrqynd Sewer Et Water Tons And Over King Power [j(Lirpment 0p pratg s- Truck Crane Oiler/driver $59.49 7A 3C SP � Underground Sewer EL Water Under 100 Tons King E oriLms Truck Mount Portable $59.96 7A 3C 8P _QrLL_ Under.round Sewer ft Watei Conveyor King PowerEquipment Operators- Welder $60.49 7A 3C 8P Underp,noum Se wer a Water King Power EqLiji? L(Lrs- Wheel, Tractors, Farmatt Type $56.90 7A 3C 8P Undejrrlrou�L�L Sewer Et Water King Power Equi Yo Yo Pay Dozer $59.96 7A 3C 8P I Inle — — — Underground Sewer if Water King Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.43 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers King RefijoeiaLion Et Ail Journey Level -$77.86 6Z 1G Con�LWonmg.Mechanics King Residential Brick Mason Journey Level $55.82, 5A 1M King Residential Carpenters Journey Level. 1 $28.201 1 King Residential Cement Masons Journey Level $22.64 1 httDS://fortress.wa.00v/1ni/waaelookUD/DrvWacielookun.asny 3/27/2ni R Page 16 of 18 King Residcrfl.ial Drywall Journey Level $42,86 SD 4C King Residenti.al_DrywaU Tapers Journey Level $57.43 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05 7L 1 H King Residential Insulation Journey Level $26.28 1 Arronlicatoa s King Residential„Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential_Painters Journey Level $24.46 1 King Residential Plumbers aL Journey Level $34.69 1 Pipefittcrs King Residential Ref rigeration_&_Air Journey Level $77.86 6Z 1G ConditiomnQ Mechangcs King Residential..Sheet Metal Journey Levet (Field or Shop) $44.56 7F 1 R Workers King Residential Soft Floor B_ayrcrs Journey Level F$46.58 5A 3J King Resident.iM Sprinktor Fitters Journey Level 5C 2RFire Protectioull King Residential Stone Masons Journey Level 5A 1M King Residential_Terrazzo Workers Journey Level 5A 1M King Residential Terrazzo/Tile Journey Level 1 Finishers King Residential Tile Setters Journey Level 1 King, Roofers Journey Level $51.02 5A 3H King Roofers Using Irritable Bituminous $54.02 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E King Shrpb0kIin�g to hijp eLair Boilermaker $43.31 7M 1H King Shipbuilding Et,Ship Repair Carpenter $41.06 7T 2B King Shipbuilding Et Shtl e Repz2iLr Electrician $42.07 7T 4B King Stsi;phuildfnp tt 5htlls R it Heat Et Frost Insulator $67.93 5J 4H King Shaitlaruildgctg E Shlp Repair, Laborer $41.99 7T 4B King Shipbuilding &_Ship Repair Machinist $42.001 7T 4B King 5hiphgi,l<i ngwt*,5biirRppsair Operator $41.951 7T 4B King Shipbuilding, Ft Ship Repair Painter $42.00 7T 4B King ShinbuRdtng p Ship Reagan Pipefitter P$42.05 7T 4B King Shiphoitding Ct Ship Repair Rigger 7T 4BKing SI (�I>uVlrlinc Ft Skti a?r` Sheet Metal 7T 4B King ShYpbuilchng5SPtip RainShipfitter 7T 4B King L[ilp�taildingf SSl r R� air Trucker 7T 4B King tr9buwlclia7g Ft_Sd 7p_Re,p to Warehouse 7T 4B King 5hpAxntdins £t Ship Repair Welder/Burner $42.05 7T 413 King Sign Makers fl Installers Sign Installer $22.92 1 LElectricalg King Sign Makers Ct, Installers Sign Maker $21.36 1 'EEecWrucat httos://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookUD.asox 3/27/2018 Page 17 of 18 King S�ig r I l�,Lrs I IerL, Sign Installer $27.281 1 King �,jgg MakeLs 121tatters (Non- Sign Maker $33.25 LLCI L ILI Lai), King Soft Floor Layers Journey Level --$47 61 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King 5prinklorrittersfFire Journey Level $75.64 5C ix — Pro-t—wtjonl — I -- King Journey Level 1 L $13.23 --il.LL LC t—U,a 1.), King Stone Masons Journey Level $55.82 5A 1M King Street And Parkirq11jQ-t Journey Level $19.09 1 — SW—eeper-- King StAn��ors Assistant Construction Site $59.49 7A IC 8P Surveyor King Sul vemLs Chamman $58.931 LA X 8P King Surveyor's Construction Site Surveyor $60.49 7A X 8P King Telecommunication Journey Level $22.76 1 Technicians King _j.rile.Cort5ArvclJon - Cable Splicer $40.52 5A 26 Outside King ItteILI iL)ne Line orL j�L�Lgj $22.78�gn - Hole Digger/Ground Person 5A 2B _ Outside King Totep,jLor ejine Construction - Installer (Repairer) 5A 2B L .......... $38.87 Outside King 1ejfphipne Ij ie Special Aparatus Installer 1 $40.52 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer 11 $39.73 5A 2B Outside King Telephone Line Construction - Telephone Equipment $40.52 5A 2B outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $37.74 5A 2B Outside Operator (Light) King TeIe)horLp�Ifng 5A 26 j_ Telephone Lineperson $37.74 Outside King Telephone Line Construction - Television Groundperson $21.60 5A 2B Outside King Telephone Line Construction Television $28.68 LA r 2B Outside Lineperson/Instatter King Telephone Line Consu uction - Television System Technician $34.10 5A 2B Outside King Telephone Line Construction - Television Technician $30.69 5A 2B Outside King Tc tophorie Unc? Construction - Tree Trimmer $37.74 5A 2B Outside King Terrazzo- - Workers Journey Level $51.316 5A IM King Tito Sellers Journey Level $51.361 LA 1M King Tile. Marble & Terrazzo Finisher $42,19 5A 1B Finishers KingTr aff ic Conti ot StrjQgrs Journey Level $45.43 7A 1K httr)s://fortress.wa.aov/lni/wanelookuD/DrvWacielookiin.a-,;nx V27nni s Page 18 of 18 King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck it Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.861 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drill ors & Irrigado,or Porn I Irrigation Pump Installer $17.71 1 installers King Well Drillers Et Irrigation PUMp Oiler $12.97 1 Installers King Well Grillers Et Irripaion.PUrnnp Well Driller $18.00 1 Onstallers httDs://fortress.wa.aov/Ini/waaelookuD/orvWaaelookuo.asox 3/27/2018 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for i 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 atone 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 horns and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E, The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half tunes the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked oil 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 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 duo 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. E 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. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half tunes the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued I. 0, The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked oil 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 homy 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 andthe firsttwelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight(8)hours per day (10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior 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 3/3/2018 thru 8/30/2018 Overtime Codes Continued 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 kind one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All howl 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 Saturdays shall be paid at one and one-half tines the hourly rate of wage.All how s worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule,either Monday tbru Thursday or Tuesday tluv Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the natural 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. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays 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 fie applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-]calf times the hourly rate of wage.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 3/3/2018 thru 8/30/2018 f Overtime Codes Continued 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 assi&ned crew. EXCEPTION: On all multipolc 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 reglar 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 thru Thursday or Tuesday thou 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(l'/2)times the regular shift rate for the first 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 times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays 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. H. 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 overtime hours worked, except Labor Day, and all hours on Sunday 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, And Christmas Day(8). 5 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas, And Christmas Day(9), L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). M Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9), P. Holidays: New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day, And Christmas Day. (7 112). S. Paid Holidays:New Year's Day,Presidents'Day, Memorial Day, hndependence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday 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). 6 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 j Holiday Codes Continued 6. H. Paid Holidays: New Year's Day,New Year's Eve Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday (10)' I. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day(7), T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z, Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls Oil A Sunday Shalt Be Observed As A Holiday On The Following Monday. If any ofthe listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr. Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as it holiday on the preceding Friday. D. Paid Holidays: New Years Day,Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F, 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. C. 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.Ir. Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, the Last Working Day before Cluristnas 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. 7 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 13olidav Codes Continued 7, 1. 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. .L Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Tharksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L, Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Tharilksgiving 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 prcccding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N., Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. 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 Yost's Day, the day after or before Now 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 Palls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 8 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 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 f 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 S. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per horn. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25, M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D; $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B: $0.75, Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00, Class B Suit: $1,50, Class C Suit: $1.00, And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. 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.A II 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 perforins 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 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit:$1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work (break open a cut,build road, etc.)more than one hundred fifty (150) feet above grade elevation receive an additional$0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'- $4.00 per foot for each foot over 220 feet. Over 221'- $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. W, Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 • m m o 0 " m7 W. " mu m ill �gµry n x a m m w F N4 m > W I Iw' u W 5m Nm W b m 'IW •• ' Wi w 'w' 1% m � Qb �i � m W aw m � W � * �W " m m �x ', m '. �X 'uw W w•�W ;� „"m . �r A dY ID a Al �� `�+✓ KE, T Agenda Item: Bids - 10A w a..HIN r��, TO: City Council DATE: May 1, 2018 SUBJECT: 2018 Asphalt Overlays Project - Award MOTION: Award the 2018 Asphalt Overlays Project to ICON Materials in the amount of $1,754.376.00 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 consists of planing bituminous, 2-inch asphalt overlay for full width of the streets in the residential neighborhoods of Meridian Glen, 1215t Pace S.E, 121st Avenue S.E., and 103r° Place S.E., constructing ADA curb ramps, and minor curb and sidewalk repairs. EXHIBITS: Memo dated May 1, 2018 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: The project will be paid for using Solid Waste Utility Tax Funds.