Loading...
HomeMy WebLinkAboutPW15-215 - Original - Apply-A-Line - Paint Line Striping - 06/15/2015 KENT Records aka e e%nt4F Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Apply-A-Line Vendor Number: JD Edwards Number Contract Number: m vs- 21 This is assigned by City Clerk's Office Project Name: 2015 Paint Line Striping Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 40 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: PW Operations Contract Amount: $185,771.00 _ Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of the installation of paint striping over existing lane markings and painting existing curbing on city streets. i As of: 08/27/14 Ab yrG}. �µ,�` � ✓� ;,±yr' l ,, t F c .SY } r Y I�i ,p n u_� �✓ rx Y;'� 'YF1PY '^`�+ Y Y I - � f 3 [ b § r� Y 'ir II i Y i�r [ ki ' ,}q P�gS.a 41�. i'^.*'I`t"' `y � 4+�? � v a�v k ✓ t pb: �t +i try. i fi a ,, ,,.` x r t� i ��+�r� x�'i t£'S& ✓ r?�` �` �€� � ��� � Xk <�' A t I r >s n r Lr��,s +� �' � � 4' P��1w�� J �I� ,;s; r#.b � *yfr.?i r t ;- 1 xi J't x a3< .^ „,>M rc e ' r' ✓{r 5, Y a t i ¢YF �f�`l# t feEp33s pY/t�YS ti TCi E[�C�'�F�p{A�•'M1'UJ. S `� �. � �'�4� ����� e n/ �T ����� 3 ,*'""`Y .h x: ({ kh I I I�h ,I £Y *§�i a '"t," ✓ s � .xr r`^'ta:A r 'l{� 3 � Y z ' i �i.. A 11 14.a .� �+`yqy 5s�r`*� ryti Y.�i xc v4.3 ?" g °SC f.�„■y Y C �Y x Es I .. � i�� �Y 9 b3�'Y#'�.. �.'t v,kk"a #b"'d' � �'%x�"f`�, y -x r s �Y.✓ r dr '" s `t as a £ a I i � P Y "` €Ft'4c nt,�n„aU J,.d' � x{ Yx �r v y � t ri G'"Y ,Y I i ry h _" i `I A �'• I Ylx " � a s1 L k inr <x2 d r+ k > % x ,r1 ✓ > T t .4 II I t'I i" s 4 h g 45 js �Y k 2., ^� � } "+ na l:n ,y rf •Jit t it ij='bb# rt' S$�` S'l`' s s � ~r •✓ €n ury. i ut x z t# - �C�S�. t r Y� x ' f rPf IC it "t^�"T�t�yi�3"�+i34��"'Y��t ✓ &^^+n.�„ry.,aw'9 f � � � e'*s t�X{� Y 'S. � Vv�e+L`�'l�1�3'l�.+T'�U� k '� x� � � r i r i i �.P i t ,, Id k�� 5 "ha��`".'_+3 �� 5��;''"*••���s`ix.i f+ � rYr �xa �Nx s� i n to xii£ t ., � s t� t � �� ��i ' tI, }ti .:aY4s.XX. ``r t *sr 5 " 7• r r h. x t Y` s'a +,s '' n - n ' t (� tI, 1 i.."�, .��,.�� u. 1.,'". _ ..xta �; 'x._ �'�`""___ �Yu:. ,z,.,,-.e ..7 x'' ,xr W, > ,Y^: .�� r+, v _ a i I ;) (I I(ii II'i I�•�I �I�I Ir PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe a Kent, WA 98032 0,;, kg-N-i- Fax: 253-856-6500 was xinc,on PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2015 Paint Line Striping Project Number: 15-3001 ADDENDUM No. 1 May 20, 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - KENT SPECIAL PROVISIONS Page 8-3 - Section 8-22.3(3)F - Application Thickness SECTION B-22,3(3)F IS SUPPLEMENTED BYADDING THE FOLLOWING; All required thickness for paint markings shall be the thickness when the paint is dry, END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer C m N c Y 3 3 3 'I MAYOR SUZETTE COOKE TABINDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Appendix A and Location Map Tab 6 Traffic Control Plans Tab 7 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 15 Paint Line Striping i Project Number: 15-3001 BIDS ACCEPTED UNTIL May 26, 2015 1:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 r , � -TIMOTHY J. LAPORTE, P.E. LIC WORKS DIRECTOR 4/30/2015 aS S Zt � ENT WASHINGTON ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form j Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Appendix A and Location Map Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 26, 2015 up to 1.00 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, Including U.S. Mail. All bids will be opened and read publicly aloud immediately following 1:00 p.m. for the City of Kent project named as follows; 2015 Paint Line Striping Project Number: 15-3001 The project consists of installation of paint striping over existing lane markings and painting existing curbing on City of Kent streets as detailed in Appendix A of the contract documents. The Engineer's estimated range for this project is approximately $160,000 to $190,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshltake at (253) 856-5508. For technical questions, please call Joseph Araucto at (253) 856- 5664. i Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032=5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $25.00 for each set. Plans and specifications can also be downloaded at no charge at www kentwa.gov/orocurement. Copies of the WSDOT Standard Specifications are available for perusal only. i A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No, 11246. No bidder may withdraw his/her bid for a period of sixt (60) days after the day of bid opening. Dated this 5th day of May, 2015. B Ronald F. ore, Clerk I Published in Kent Reporter on May 15, 2015 Daily Journal of Commerce on May 12 and 19, 2015 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 05/26/15 This statement relates to a proposed contract with the City of Kent named 2015 Paint Line Striping Project Number: 15-3001 I am the undersigned bidder or prospective contractor. I represent that - 1. I X 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. i i Apply-A-Line, Inc. NAME OF BIDDER I BY: SIGNAT /TIT i , Michael Liliestrom President 175 Roy Rd SW Bldg C Pacific WA 98047 ADDRESS i I I (Note to Bidders: The information required in this Compliance Statement is informational only) 2015 Paint Line Striping/Araucto 1 May 4, 2015 Project Number: 15-3001 r DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. I 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. i i By signing below, I agree to fulfill the five requirements referenced above. By: Michael Liljestrom For: Apply-A-Line, lnc. Title: President Date: 05/26/15 I ' i 2015 Paint Line Striping/Araucto 2 May 4, 2015 Project Number: 15-3001 CITY OF KENT ADMINISTRATIVE POLICY I � NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 i ' 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. Ill '' i I 2015 Paint Line Striping/Araucto 3 May 4, 2015 Project Number: 15-3001 i CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2015 Paint Line Striping/Project Number 15-3001 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. j By: For: j I Title: Date: it 2015 Paint Line Striping/Araucto 4 _ May 4, 2015 Project Number: 15-3001 it ; i PROPOSAL i To the City Clerk City Hall Kent, Washington 98032 A-Line The undersigned hereby certifies that A ppy-I , Inc. � has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2015 Paint Line Striping/Project Number 15-3001 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. I 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than i one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). I EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2015 Paint Line Stri in Araucto 5 May 4 2015 P 9 Y . Project Number: 15-3001 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 1000 1-09.7 1 Mobilization $ 8,100.00 $ 8,100.00 WSDOT LUMP SUM Per LS III 1050 8-22.5 392,100 Double Solid Paint Line $ 0.13 $ 50,973.00 KSP IN FT Per LF 1100 8-22.5 650,500 Single Solid Paint Line $ 0.07 $ 45,535.00 KSP LN FT Per LF 1150 8-22.5 171,400 Skip Paint Line $ 0.04 $ 6,856.00 KSP LN FT Per LF 4 1200 8-22.5 2,700 Dotted Paint Line $ 0.10 $ 270.00 KSP LN FT Per LF 1250 8-22.5 120,000 TWLTL Paint Line $ 0.08 $ 9,600.00 KSP LN FT Per LF 1300 8-22.5 29,700 Solid Painted Wide Lane Line $ 0.20 $ 5,940.00 KSP LN FT Per LF 1350 8-22.5 500 Dotted Painted Wide Lane $ 0.80 $ 400.00 KSP LN FT Line Per LF 1400 8-22.5 60,900 Solid Bike Lane Line $ 0.12 $ 7,308.00 KSP LN FT Per LF I 1450 8-22.5 11,200 Dotted Bike Lane Line $ 0.14 $ 1,568.00 KSP LN FT Per LF i 2015 Paint Line Strlping/Araucto 6 May 4, 2015 �I Project Number: 15-3001 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT i 1500 8-22 39,380 Painting Traffic Curb $ 0.45 $ 17,721.00 KSP LN FT Per LF 1550 1-10.4(1) 1 Project Temporary Traffic $ 25,000.00 $ 25,000.00 KSP LUMP SUM Control Per LS 1600 1-07.15(1) 1 SPCC Plan 1,500.00 1,500.00 WSDOT LUMP SUM Per LS 1650 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ 185,771.00 I : i , I I ' I i I i 2015 Paint Line Striping/Araucto 7 May 4, 2015 Project Number: 15-3001 N/A 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: 2015 Paint Line Striping Project Number: 15-3001 I Subcontractor Name N/A Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers I Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i CONTRACTOR'S SIGNATURE Michael Liljestrom, linesident 2015 Paint Line Striping/Araucto 8 May 4, 2015 Project Number: 15-3001 N/A SUBCONTRACTOR LIST (Contracts over 1 million dollars) , I Name of Bidder: - Apply-A-Line, Inc Project Name: 2015 Paint Line Striping Project Number: 15-3001 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. I Heating, Ventilation, and Air Conditioning Subcontractor Name: N/A Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: N/A i 05/26/15 Signature of Bier Michael Liijestrom,President Date I � i 2015 Paint Line Striping/Araucto 9 May 4, 2015 Project Number: 15-3001 I i I CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that,, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal_ period. The city may deliver this notice by hand delivery, email, facsimile„or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City.determines that the bidder is not responsible to perform the contract work. 2015 Paint Line Striping/Araucto 10 May 4, 2015 Project Number: 15-3001 ,. l If the bidder fails to request a modification within the time allowed, or fails to appeal a j 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. I THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. i The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: Apply-A-Line, Ind. I ADDRESS: 175 Roy Rd SW Bldg C Pacific WA 98047 PRINCIPAL OFFICE: same ADDRESS: PHONE: 253.299-1200 FAX: 253.299-1250 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of j 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 r with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington 'Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding.on any public works contract under RCW 39.06.010 or 39.12.065 (3). I , 2015 Paint Line Striping/Araucto 11 May 4, 2015 Project Number: 15-3001 i, l 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: I 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization. is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 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? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 2015 Paint Line Striping/Araucto 12 May 4, 2015 Project Number: 15-3001 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 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.) 4.44 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: i 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: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. i 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: i 2015 Paint Line Striping/Araucto 13 May 4, 2015 Project Number: 15-3001 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). i 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 26th day of May 2015. Name of Organization: Apply-A-Line. inc. By: Michael Liljestrom Title: President j 7.2 Michael Liljestrom 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 26th day of May 2015. Notary Public: 1� My Commission Expires: 03/29/19 II 2015 Paint Line Striping/Ara ucto 14 May 4, 2015 Project Number: 15-3001 i ATTACHMENT City of Kent-2015 Paint Line Striping Bid 1. STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor and Industries certificate of registration (attached) 1.2 UBI Number: 600 553 941 1.3 Proof of applicable industrial insurance coverage (attached) Washington Master License (attached) Contractor License (attached) 1.4 Statement regarding disqualification from bidding (attached) 2. ORGANIZATON 2.1 Apply-A-Line has been a Contract for 31 years. 2.2 Apply-A-Line has been under its present business name for 31 years. 2.2.1 Apply-A-Line has not operated under any other name. 2.3 Apply-A-Line is a corporation. 2.3.1 Date of incorporation: 10/31/1984 2.3.2 State of incorporation: Washington 2.3.3 President's Name: Michael Liljestrom 2.3.4 Vice-President's name(s): N/A 2.3.5 Secretary's name: Terry Buol 2.3.6 Treasurer's name: Terry Buol 2.4 N/A 2.5 N/A 2.6 N/A 3. LICENSING 3.1 Apply-A-Line is legally qualified to do business as a specialty contractor with regard to the installation of traffic pavement markings. We are licensed in the state of: Washington-APPLYI*161 RU, Oregon-62352, California-562762, Hawaii-C-I8695, Idaho-PCW-C-1 1162-AAA-4, Alaska-21010 and Nevada-0039577. 3.2 Our trade name is filed in all of the above referenced jurisdictions. 4. EXPERIENCE 4.1 Categories of work we perform with our own forces (see attached) I 4.2 N/A i i 4.3 Within the last five (5) years no officer or principal of Apply-A-Line has been an officer or principal of another organization when it failed to complete a construction contract. 4.4 Major construction projects in progress (see attached) 4.4.1 Total worth of work in progress and under construction: $6.4 million(WA) 4.5 Major projects completed in last 5 years (see attached). 4.5.1 Average annual amount of construction work in past 5 years: $16 million 4.6 Construction experience (see attached) 4.7 Major equipment (see attached) 5. REFERENCES 5.1 Trade References: Interstate Sales (530) 823-6070 Ennis Paint (800) 835-3357 Don Small & Sons, Inc. (253) 833-0430 5.2 Bank Reference: Columbia Bank Mark Spaulding (253) 396-6976 1301 A St / PO Box 2156 Mail Stop 6200 Tacoma WA 98401-2156 5.3 Surety 5.3.1 Bonding company: Travelers Casualty Insurance Company of America 1 Tower Square Hartford CT 06183-9062 (860) 277-0111 5.3.2 Agent: Hub International Northwest, LLC Jenny Landers PO Box 3018 Bothell WA 98041-3018 (425) 489-4500 6. FINANCING - Reserved APPLY A LINE INC Statutory RePV eJn$U: 1.1 Copy of Dept. of L&I Certificate of RegistrationI t i I Y VAt'Pi OC°WAS t3ffi QCN I ' i Department of Labor& Industries i , Certificate of Workers' Compensation Coverage May 21, 2015 WA UBI No. 600 553 941 IL&I Account ID 1879,987-00 t__.._ Legal Business Name APPLY A LINE INC Doing Business As APPLY A LINE INC Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 1 of Year 2015 "31 to 50 (See Description Below) Workers" Account Representative 'T5/MICHAEL MURPHY(360)902- 4822- Email: MURY235@lni.wa.gov Licensed Contractor? I Yes License No. APPLYI"161 RU License Expiration 12/31/2015 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). APPLY A LINE INC Statutory Require entstti 7 Proof of applicable Industrial Insurance etOV92 l Home inlcioen Espafiol Contact Search L&I A-Zlndex Hein My Secure L&T Safety Claims&Insurance Workplace Rights Trades&Licensing ln}a!,hingtan State Department of Labor & Industries APPLY A LINE INC Owner or tradesperson 176 ROY ROAD SW BLDG C PACIFIC,WA98047 Principals 253-299-1200 LILJESTROM,MIC14AEL L,PRESIDENr KING County BUOL,TERRY LEE,VICE PRESIDENT SHERBERG,AUDEN L,SECRETARY (End: 1112512013) Doing business as APPLY ALINE INC WA UBI No. Business type 600553941 - Corporation Governing persons MICHAEL - LILJESTROM TERRYBUOL;. License i Verify the contractols active registration!license I catlflcatlon(depending on trade)and any past violations. Construction Contractor Active. ................................................................ Meets current requirements. License specialties GENERAL License no. I', �i APPLYI'161RU Effective—expiration 1 213111 9 8 4-1 213112 01 6 Bond TRAVELERS CAS&SURETY CO $12,000.00 Bond account no. 103603772 Received by L&I Effective date 11/0612001 12/31/2001 Expiration date Until Canceled Insurance ........................ Travelers Indemnity Company Th $1,000,000.00 Policy no. _ DTC0347KB614INDII Received by L&I Effective date 09116/2014 03/31/2012 Expiration date 10/01/2016 Insurance history i ,S„ayings ' APPLY A LINE INC Statutory Require e�ntsT�3Z Proof of applicable Industrial Insurancee No savings accounts during the previous 8 year period. Lawsuits,against the„bond„or savings, No lawsuits against the bond orsavings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded IV other agencies. License Violations No Ilcense vlola4lons during the previous 6 year period. I Workers' comp Do you know if the business has employees?If so,verify the business is upto-date on workers comp premiums. This company has multiple workers'comp accounts. _ ............. .,....,...... .,,..... ....._,... ............ .............. .,..........-...,. .................. Active accounts L&I Accourt ID Account is current - 879,987.00 Doing business as APPLY ALINE INC j Estimated workers reported Quarter 1 of Year 2015"31 to 50 Workers" L&I account representative TS l MICHAEL MURPHY(360)902-4822-Email:MURY235@lni.wa.gov Track this contractor Workplace safety and health I No inspections during the previous 6 year period. �Washington State Dept.of Labor&Industries.Use of this Bile is subject to the laws of the state of Washington. - i I,I i I� i , L I I I .(T At (]_T T/—A T\ T <>Td•1 /1 TT T(I CY ATTr �fl sx„ J L1J11'v�55 �I��1�15� COP) � ofMase�c�e � I c F'II 9 j Lnii r q G ' STATE OF I� wnsHllvcrort YK Unified Business ID #: 600 1553 941 1 Domestic Profit Corporation ' Business ID #• l Location: '1 Yj E 'y Expires: 04-30-2016 1� APPLY-A-LINE, INC. wr 175 ROY RD SW STE: C f PACIFIC WA 98041 2150 j k TAX REGISTRATION INDUSTRIAL INSURANCE UNEMPLOYMENT .INSURANCE CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS #046320 rw FIFE GENERAL BUSINESS NON-RESIDENT (EXPIRES 10-31-2015) l NORTH BEND- GENERAL BUSINESS #000097 .0 (EXPIRES 10-31-2015) 11` BELLINGHAM GENERAL BUSINESS n, POULSBO GENERAL BUSINESS (EXPIRES 10-31-2015) SEDRO WOOLLEY GENERAL BUSINESS (EXPIRES 10-31-2015) s VANCOUVER GENERAL BUSINESS (EXPIRES 16-31-2015) UNIVERSITY.',PLACE GENERAL BUSINESS MILTON .GENERAL BUSINESS (EXPIRES 09r30-2015) 4. OLYMPIA GENERAL BUSINESS (EXPIRES 10-31-.2015) { I, BUCKLEY GENERAL BUSINESS (EXPIRES 07731-261.5) PORT TOWNSEND GENERAL BUSINESS (EXPIRES 10-31-2015) 1� PORT ORCHARD GENERAL BUSINESS (EXPIRES 10-31-2015) p LONGVIEW 'GENERAL BUSINESS #027375 (EXPIRES 07-31-2015) s (r' BLAINE GENERAL BUSINESS (EXPIRES 09-30-2.015) ) BONNEY LAKE GENERAL BUSINESS (EXPIRES 10-31-2015) SUMNER GENERAL BUSINESS (EXP.IRES .10=31-2015) - hA SHORELINE GENERAL BUSINESS '(EXPIRES-10-31-2015) _r P MARYSVILLE GENERAL BUSINESS #3232CON501 (EXPIRES 10-31-2015) ISSAQUAH GENERAL BUSINESS (EXPIRES 10 31-2015) DUVALL GENERAL BUSINESS GIG HARBOR GENERAL BUSINESS (EXPIRES 10-31-2015) SULTAN GENERAL BUSINESS (EXPIRES 09-80-2015) TUMWATER GENERAL BUSINESS (EXPIRES 10-31-2015) Al Page 1 of '.2 1 �� Tha document listr the registrations,endorsements,andhcenses authorised for the business ��� I�^ i 1���� named above.Bypcceph ngthisdocument,thelicensee certifies[heinformanon ontheapphcaLon �//�.�,^ 3 wascomplete,true,and accurate to the best of his or he�knoJ✓ledge,and tha[business will be - Lf.�-"` i'�' � ',. �s conducted mcomphance with all appl�cableWashmgton state county and aty regulaLons D!rector Departmen of Revenue � I I I F ""� iiiwo eMMwW¢.e Heei .rei QO N o ��H M 1 1'W XM W MHu10 `M o O P X W O X a e H H W U W ¢e W Z O DXWWZW.XW�+WIXXWwU W yy.. 'W tl.W S # WWWZ Xwx Wv WX -' O WN�HNGiy�!�+HZ WWWWW WW ' M W S W O t9 W ZZW N'�WJ -wm=oo H' WZW Z W • = Z W H H W C1 Z W W W N 0 W W W W Z H W W.H W W Z WZ NNW HmWWW WZWMWHWZWWNZ O W U H W O O Z J W W W'Z Z J H W fp W W M o z M z H E z Q Iq WZNW0.10.1 Hw=wHoo6 JWZ ,ZOWWZ-(AZW E z r l U H U 4 W W W G l W H n1 M W X O H J H 0.l 7 H H J p N Z D C I Z J J D,W f 9 W O D W w p'!W m W W UW 60 H660.1 ZJ O(A fAZw p1YDJ6 OQD q- O ZW W J W W K !WQWCI WZJG1 W rA6KJW KW J y C N W H W Q o n 9 6 J W W J 0 C U J J G W Q Z W W Q JW Q 1J N o ` � HCGIZZ6 WQJQ6 OKJWJWZ� ZJK ,.,� � ' Copy of Master License { 3�I R��y OFU. FM t� BUSINESS LICENSE � tl STATE OF WASHINCTON J k, Unified Business ID # 6Dn 553. 941 5\ ily Domestic Profit Corporation Business ID #: 1 C I`- Location: '1 ! Expires: '04-30-2D16 APPLY-A-LINE, INC. n� 175 ROY RD SWSTE C 1 PACIFIC WA 98047 2150 11 ry �I CITY LICENSES/REGISTRATIONS: CONTINUED. . . 'SAMMAMISN GENERAL BUSINESS (EXPIRES 10-31-2015) sl .I t LICENSING RESTRICTLONS: �r Not licensed to hire minors without a Minor Work Permit. I 1 I. S✓j i yr v. i ,Ia c r yJ• �1 I I: Page 2 of 2 yl I't I I �� r� l r;1 This document lists the registrations, and licenses authorized for the business `' V I� named above.Ry acceptingthi;document,the licenseecertifiesthe information ontheapplication f � y - fy�,'!�•' wascomplete,true,and accurate to the best of his or herknowledge,,and that business will 6e [ �+ ' conducted in crimpl lance with all applicable Washington state,county,and ciTy,regulations. Director,Dep rtmenr of Revenue 5 ''".6 I to � vl ILL- F{W e oMM W N10 Hoo I H� , o 0 41wH M I I w W XMNMH W o Ir[I aH N e'H I ohHwW I W I ZH NJI H I ZO_---_._,_ _ X W .c HOX1..vo HH W UN Ko N W F e o N'wwN NNwX_N 1 WNW H Ww HNNWWYWM1N.X NHM w aOXH > �] al M o C D.W Www �MWW'WO NH XWH2 v o o HN XZw HHN NX Wxmm ww¢.X t a �]• 1C 1N WHH 2.4NNNH H W iFX HXw > ¢ Z o X W�Na XXw No LLN a•+ w dw . � > � OL NN WZ DXw WZw7L.XNX Nam_ NX, v ¢ N W W INN .. OHN-2�0 W N W•CNN h O U' N ZZND WJ NNDNN - H WZN Z NW o > Z W HMO Z6NNN0.lDw N N V�ZHw 0 0 W Z � •- rr WZ NNw Hw-Nww CIZNDNHNZOWM =H O y o U H N D D Z J N W LLI Z Z J H W M W N O H W D W H N J LL Q W W z W 0 M t M Q D Z 2 H H Q J N Z -Z D N 0 Z M Z W D E z �..I U H U Q O W N w W W H N N w Q D H J H m D H H O M - O N 2 w W Z J J D W UNDO W w M N Q N J M N J 00 r LL U W Q D H Q Q =z J D m M Z W D w D J Q O Q O J O h O H ZHr` Zw NJ Nww W Q W rq W ZJ(q W W Q wJrSjwm J Q ''yy O D Z Q O W W J U' w U J J W W,Q Z w W Q W ; Q w o H N H w p]Z Z Q W Q J Q.Q 0...w J W J W 2 w.J Z.J w W F, rl ... .., ,., ...__....� - - -. -.-.. . - - i Statutory Requirements 7.3 £opy of Contractor License Department of Labor and industries rl?n�A LINE INC PO Box 44450 - a Olympia,WA 98504-4450 C ,Reg CG APPLYI*161RU UBI 600 553 941 _' k .: a " ��gt'ster�ed a"s�prgvifled by Law as: I j Construction Contractor a (C>`001) fi7ENERAL APPLY A LINE INC �EFectivc Date 12/31/I984 175 ROY ROAD SW &7tpxxation Date.,.12/31/2015 BLDG C PACIFIC WA 98047 , Y � I I I I I I 11 � I f I I II Statutory Requirements 1.4 -LINE, INO fate nen.1 Regarding Dlsqual111d6t1on 175 Roy Road'SW,BIdgC • Pacific,WA 98647 Phone(253)299-1200 • Pax(253)299-1250 mail rappiyaline.com a LIC.BAPPLYP%161RU i I May 26, 2014 7o Whom It May Concern: II Apply-A-Line has not in the past three (3) years been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Regards, Michael Liljestrom President II I i I W B°d o � 0 3U oa00000000, o oo � oo � 000a � bf P P U U� ^ v'�'i rPi o e� ommri N' mromm rev mo'. o'. S v'>o' d' - � ! O N N N O u1 O N N O h P P P P P P P P N O N N 3 ¢ Nv ¢ N oonoo 3 m m P P y m OW a ° Pam. 33 ¢� $ 3 � m3 3 3 3 3 3 3 L > N Q a 0uNa�3xux3 woJ aSoo Y ¢'o a N a ° c N u ° 0 ate ¢ mOm �3 °n_n°_� 3u. m �3 m' Y ��.Ji .'- a ❑ 0 >* m O a m P 7 P PPP m P Pp P U a Q w ❑ N Y Y W es ❑ z x z V x x x a x x x L x x x L o `o `❑ o m w O m y P m m m m m m m M V m m m 4 w .j N � << S o o N d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o p Q N Q Y d O_ N - - N N N ❑ C T C m E `m - � -Noa mY a�ci�£ Jot caoo�n ' L3 poo !.. t o ❑ C N C ❑r L Q ❑ ¢ � - ti� � L a d 3 o U h h O N N O `❑ o O a u a°2 U E ❑ m o o o u u m i 'w c ° d o s ? ° a 5 V � m m oaNio aNi ° Cr C N E 0 c � O ° L E r - ° N ¢ a o a,u-_u_ a ° s U 3 0 0 E s 0 � u uc - E uu o m �c9 � ❑ m >-' oJN ❑ ❑ o � °' LL aJ °' ° JN > joo U wJ �ti 9 W O.` 0 ww.6 ¢ O O J 1❑0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 Z Oao a Z a.��-:- '' ' 323 .�.�w2 22 -2222 ❑ 3 3 3 _ _ _ ». o _ o t N 0 -3 3 , o u u 0 5 o N a '< a d 'Oo w h mo-000 PFo U r o 00000 O O O O O N 'i VP QZMW N P P O N h � O b V1 h O N m a 0 � �w"� m O:Ee`��w«aw«.y 2 ❑ V Q o U¢ a ° E � a o a - 0 a p > o ❑ x o 6 v`' O a O L m - O D! T N D N a U# .a CN C O C O.ino O N O U 0, E O 02 a E 0 1 o o� oN�a a�° 3� o N' � drn U ocm-`-9 omh E o om > �w TU Q.L°- s f- c u N �o�- N 0 a u a m ° u ova ¢u 0. ; '' N ab O= 6 H U Q L-� -❑d r h ❑ H C y J O �'O ❑ 0)"' c c a 1 C °_ -a 5.w y N O •- m °� C O a0 0 O a.°-O N 00 E N n 3 O. OO 0 0 ❑ O a O U U m E U U D N a m j ❑ n. O a ° Da h w F > O j v' 3 Q C i U N J W 2 2 N > µ' K h N U O'W d o�ci `prn p oo p - moo`^ W N U �' ❑ '� d N N M L d a. U N U N N Z K U N U N h v'N N N N N U U N y U 01 E c; t Q o 'o w 0 0 �' 0 O N - W c i W O. N O r1Jl Q 0 ❑ Q O N N N N N m M V V V V V V V V V V d' fit] vI - N a W u a o a o F m m m Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N N N N I m� N L c c o ❑ L L u u 0 0 an o m 2 O W u Q C._ cO ❑ U D t t U O E O c U U c 0)w 0 00 0 E ° E E p 0 O n O- a `❑ o Z o o a c c o c - � E Q E a o o❑ n c � n ❑ c p ° ai9 o� mzmmmd� o E O ° s :� m u o c c E g D 7 0 O °G O m E L L N uo ��.. a c m oa ❑ w OC a ❑ T O O O dl ❑' C C E a EZ' yu£ ❑ `o ;= O ❑ ❑� Cb m c =_ ; c o u ❑� m0 as n0 � a n Q O 41 m� U ❑ C 6 C U C C C C C C O Dp C 0 0 0 0 0 O C n N m j N c E w ❑ C N 6 T m Q O E M n � O 0 p_O O Ol 0) N O1 U 1•C O. 0 O c p O N 0 0 0 0 0 0 n O oa' : EoEa - E �aDaaDaDa oc ° d 0 d w m O O c 6 O c � Ol ° u ❑ a O C n O ° O ❑ ❑ ❑ ❑ ❑ O ❑ `❑ `❑ 2 .0 E O) `nD � N ca U h V th W aN No v�M � r= ? N C ❑ W M V C7 (l N N N N N ❑ m j N ❑ U D Oai > t Q C - t 3 I c a T p ❑ � c m 0 0 C L Of 0 Q E ❑ O U a K T n C 0 L O.: a U p o m � - w a ❑ E m= 01 N c�i U U N a E E m `aa 2E c c to li aomc01iwQo s� Em a C .C .Ic O roc VD aE.E. t L W Lo9 m � EnE -O mcEE � EEEE Z b C C j p O O N E C U D O) C w U y >a' Lo i o � � cw ds a o f o f 01 a 0 N O c y .e a ? a S m �' n m u 0 � R o I PROPOSAL SIGNATURE PAGE l 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 forty (40) working days after issuance of the City's Notice to Proceed. The City anticipates issuance of Notice to Proceed on or after July 3, 2015. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda j 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. I DATE: 05/26/15 Apply-A-Line, Inc. NAME OF BIDD BY: Signatu Michael Liljestrom, President (Print Name and Title) 175 Roy Rd SW Bldg C Address Pacific WA 98047 2015 Paint Line Striping/Araucto 15 May 4, 2015 Project Number: 15-3001 ',. BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Apply-A-Line, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of five percent(5%)ofthe 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 2015 Paint Lane Striping/Project Number 15-3001 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 P and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 26th DAY OF May 2015. PRINCIPAL YachAbl Liljestrom,President Travelers Casualty and Surety Company of America �UFZETY Jim S. Kuieh,A Attorney-n-fact Received return of deposit in the sum of$ 2015 Paint Line Striping/Araucto 16 May 4,2015 Project Number: 15-3001 i WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AMk POWER OF ATTORNEY TRAVELERSJ Farmington casualty Company St.Paul Mercury insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. 'Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 229329 Certificate No. 006309665 ENOW ALL MEIN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance I Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc„is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies'),and that the Companies do hereby mace,constitute and appoint I Darlene Jakielski,Julie M. Glover,S.M.Scott, Michael A.Murphy,Jim W.Doyle,Andy D.Prill,Jim S. Kuich,Chad M.Epple,Steve Wagner, Theresa A.Lamb,Ted Baran,and Carol Lowell of the City of Bothell ,State of Washington ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,reeognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted'-in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 2Rh day of April 2015 I Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company,9: Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company - St.Paul Guardian Insurance Company / I �� (6.4 i"'a"a., Y���s� ixsugywJ 5INCWPoFAI[0 '� j.ie,0onnrp;m, s 977a .senhjo;i i�. " two gi omoe, \SE %r coNN. g t •x7 y sM� n t� u e s +sw$,e�^� s •rat' `ri ."' »'+++....... AN State of Connecticut By. ZX49 City of Hartford s..s. Robert L,Raney,9mr Vice President On this the 27th day of April 2015 before me personally appeared Robert L.Rancy,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,'I}avelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. AA p,TtT I In Witness Whereof,I hereunto.set my hand and official seal. TaI yN"Y' My Commission expires the 30th day of June,2016. # p �Ip # Madc C.Teneaulq Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant'freasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizanees,contracts of indemnity,and other writings obligatory in dre nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given Trim or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary of any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretory or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may,be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and Umted States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. fnn i IN TESTD140NY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this`� day of /" 'C ,20 I Kevin E.Hughes,Assistant Seciftary 79 .oIn MnSiUFs i 1 'IzfW .rVI...NO.�S.R...4L d 91 6rLa8ax o w ME J t8Y9N,I6•� i.. ',. To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.Lravelersbond.com.Please refer to the Altomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I 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. I 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. i 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 employedin the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2015 Paint Line Striping Project Number 15-3001 NAME OF PROJECT F I Apply-A-Line, Inc. NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER i 2015 Paint Line Striping/Araucto 17 May 4, 2015 Project Number: 15-3001 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 Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract. is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ F (incl. Previous Change Orders) i Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days 2015 Paint Line Striping/Araucto 18 May 4, 2015 Project Number: 15-3001 i I In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work j either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: I i 2015 Paint Line Striping/Araucto 19 May 4, 2015 Project Number: 15-3001 1 � I 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: i Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents.................................................................................❑ Invitation to Bid...................................................................................❑ ContractorCompliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly.....................................................El Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractorslisted properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................El Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form ..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2015 Paint Line Striping/Araucto 20 May 4, 2015I� Project Number: 15-3001 i PUBLIC WORKS DEPARTMENT f Timothy J. LaPorte,P.E. Public Works Director 400 West GOWe 400!0:0-��% Kent,WA 98032 hr E N T Fox: 253-855-6500 WA eHIN�eOT011 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2015 Paint Line Stripigg Project Number: 15-3001 ADDENDUM No. 1 May 20, 2014 I 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., I ALL..CHANGES ARE SHOWN IN SOLD, ITALICS AND/OR STRIKETHROUGH I - KENT SPECIAL PROVISIONS Page 8-3 - Section 8-22,3(3)F-Application Thickness i SECTION 5-22.3(3)F IS SUPPLEMENTED BY ADDING THE FOLLOWING. AM required thickness for paint markings shall be the thickness when the paint is dry. i END OF ADDENDUM No. 1 Ij ate{ /�ttc� Sa 15 I I Chad ilferen, P.E. Date City Englheer 0 N Y I 3 0 MAYOR SUZME COOKE -- - - --n f I I BOND#106292598 PAYMENT AND PERFORMANCE BOND °N r TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Apply-A-Line. Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of 185,771,00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2015 Paint Line Striping/Project Number 15-3001 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2015 Paint Line Striping/Araucto 21 May 5, 2015 Project Number: 15-3001 i Apply-A-Line, Inc. TWO WITNESSES: 'i PRINCIPAL (enter principal's name above) q Mia4teeTLijiestrom TITLE: President DATE: 6/5/2015 DATE: 6/5/2015 Debra Clark CORPORATE SEAL: Sandra Sablan PRINT NAME i DATE: 6/5/2015 Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: t=;/ Jim S. Kulch DATE: 6/5/2015 TITLE: Attorney-in-fact ADDRESS: PC Box3018 Bothell,WA 98041-3018 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 Michael Liljestrom Who signed the said bond on behalf of the Principal Apply-A-Line, Inc, of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. 1 SECRETARY OR ASSPTANT SECRETARY Terry Buol 2015 Paint Line Striping/Araucto 22 May 5, 2015 Project Number: 15-3001 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Rw �y ® tl POWER OF ATTORNEY RA6/®®yy ELEPY®S`° Farmington Casualty Company St.Paul Mercury Insurance Company j Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters.Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company i Attorney-In Fact No. 228051 Certificate No. 005949136 n KNOW ALL MEN BY 1'FIFSE PRESENTS: That Farmington Casualty Company, St, Paul Fire and -Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury hlsurauce Company,Travelers Casualty and Suety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Darlene Jakielski,Julie M.Glover,S.M.Scott,Steven IC Bush,Michael A. Murphy,Jim W.Doyle,Andy D.Prill,Jim S.Kuich,Chad M.Epple,Steve 1 Wagner,and Theresa A.Lamb I a Bothell Washington uC the Cny of _.. ,Stale of ,then hue and lawful Attm'ney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute.seal and acknowledge any and all bonds,recogirizances,conditional undertakings and other writings obligatory lit the nature thereof on behalf of the Companies m then business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. s llth IN WITNFJ.SS WHEREOF,the Compatriey have caused this instrument to be signed and their corporate seals to be hereto affixed,this µ day of one i Farmington Casualty Company St.Paid Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company iY �r MPOR41f0 J b \ xn> �PSPvon xy�,- z rx yo"wags `p4y 'Ub �� •��'� ��^t� L � QD. 9 Y sin we sa/ i 1982�0 p 1977 axv` Sf Hrt`n' gp HAatrea9, \tnarta9a �, � 'a"�ono �•� 'aF.pL io• �au�R , o rM'I Atli v _ State of Connecticut By: City of Hartford ss. Robes L.Raney, cnior Vice President d IIth June 2014 On this the day of ,before me personally appeared Robert L,Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity slid Guaranty Insurance I mder'writers,Inc.,St.Paul g Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Memory Insm'ance Company,'pravelers Casualty and Surety Company,Travelers Casually and Surely Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �,TET In Witness Whereof,I hereunto set my hand and official seal. .' My Commission expires the 30th day of Lune,2016. ,�'�f1@Ll� } Manic C. ehezull,Notary Public S8440-8-12 Printed in U.S.A. ,. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER s � This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casually Company,FideLiry and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Ina, SC Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St.Paul Mercury Inam ance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer.any Assistant Treasurer,the Cmpoiate Secretary or any Assistant Secretary may appoint Attorneys-in-Pact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and goal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given harn or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any pair of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undeaaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chainuan,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President.the'freacurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attonteys-in-Pact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; slid it is 1 FUR&HER RESOLVED,that the signature of each of the following officers:President any Executive Vice President,any Senior Vice President,airy Vice President, any Avsistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident V ice Presidents,Resident Assistant Secretaries or Attm'oeyS-in-Fact for purposes only of executing mid attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney of certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. ) I,Kevin E.Ilughes,the undersigned,Assistant Secretory,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty]assurance Underwriters,Inc..St.Pad Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Tmvelcns Casualty and Surety Company,Travelers Casualty and Surely Company of America,and United States Fidelity and Guaranty Company du hereby certify that the above and foregoing is a tine and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked. IN TESTP4IONY WHEREOF,I have hereunto set my hand and affixed the seals of said Compares this "' —_.day of 20 �. Kevin E Hughes,Assista�L�j St or '111N +'axo SJs� v p 1 (, (11 ' ryPs977a5F.HLA P YM_ To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelershond.com. Please refer to the Attorney-tin-Fact number,the above-named individuals and the details of the bond to which the power is attached. d I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE REDBORDER ® CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Apply-A-Line, Inc. , organized under the laws of the State of Washington located and doing business at 175 Roy Rd SW Bldg C, Pacific WA 98047 ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and ! made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2015 Paint Line Striping/Project Number 15-3001 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (1 O) days after the City issues its Notice to Proceed, and agrees to complete the Contract within forty (40) working days after issuance of the City's Notice to Proceed. The City anticipates issuance of Notice to Proceed on or after July 3, 2015. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2015 Paint Line Striping/Araucto 23 - May 5, 2015 Project Number: 15-3001 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 competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2015 Paint Line Striping/Araucto 24 May 5, 2015 Project Number: 15-3001 CITY OF KENT SU,ZEZ OOKE, MAYOR DATE: yia.,5 ATTEST;,--' ✓ �' RONALD F, OORF ITY CLERK ,r APPROI/ED ASPTb FOR L,r 0f�, iF KENT LAW DEP RTMENT CONTRACTOR i BY: I PRINT NAME: Michael Lil_jestrom TITLE: President DATE: 06/05/15 i 2015 Paint Line Striping/Araucto 25 May 5, 2015 Project Number: 15-3001 i EXHIBIT A INSURANCE RE U 1 REMENTS 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. i A. Mini um Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2015 Paint Line Striping/Araucto 26 May 5, 2015 Project Number: 15-3001 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: j 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. 2015 Paint Line Striping/Araucto 27 May 5, 2015 ' Project Number: 15-3001 I i EXHi B I 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:VI1. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages PI for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2015 Paint Line Striping/Araucto 28 May 5, 2015 Project Number: 15-3001 -------1�4 APPLINC-01 DSTRICKLAND CERTIFICATE OF LIABILITY INSURANCE OATD/YYYY) � 61121212I2015 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 POLI CIE- BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. _ IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement_(s). PRODUCER CONTACT NAME: Hub International Northwest LLC Lgl°N425)489.4500 iuc No): (425)485-8489 12100 NE 195th St. E-MAR- -- _ Suite 200 ADDRESS:now.info@hubinternational.com Bothell,WA 98011 INSURER(S)AFFORDING COVERAGE NAICp _ _ INSURER A:The Travelers Indemnity Company of Connecticut 25682 _ INSURED INSURER B:Travelers Indemnity Company of America 25666 Apply-A-Line,Inc. INSURER C:Great American Excess &Surplus _ 37.532 175 Roy Road SW, Bldg C ENSURER D: _ Pacific,WA 98047 INSI URER E; INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENTWITH RESPECTTOWHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TOALLTHETERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - gODL SDBRBY EFF POLICY EXP INSR TYPE OF INSURANCE LIMITS LTR IINSD NNO POLICY NUMBER MMIODMIYV MOLICYYYY A X 1 COMMERCIAL GENERAL LIABILITY CACH OCCURRENCE $ 1,000,000 CI AIMS MAD[ [A] DccuR X X DTC052700566PHX14 ' 1010112014 10/0112075 DAMAGE 300,000 PREMISES/Ea occurrence) S X WA Stop Gap Llab. LIMED EXP(Any one person) S 10,000 ',. PERSONAL&ADVINJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE S 2,000,000 POLICY[?�] jEOT LOD PRODUCTS-COMPIOP AGG S _ 2,000,000 B X ANY AUTO X X8A527D056614CN$ 1010112014 COMBINED SINGLE LIMIT '', $ 1,000,000 OTHER' AUTOMOBILE LIABILITY Ea eccipenU _ 1 010112 01 5 BODILY INJURY(Per person) $ f ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS NU,OR ED PROPERTY DAMAGE $ X HIREDAUTOS X AUTOS Perawltlent) _- X UMBRELLA LIAB X OCCUR (' EACH OCCURRENCE $ 2,000,000 C EXCESS LIAB CLAIMS MADE X X T000189317-05 ✓ 10/01/2014 10/0112015 AGGRFGATE $ 2,000,000 ETICNIT 1I�AND EMPLOYERS LIABILITYN$ 10,YIN 000 DTC0527DO566PHX14 v 10/01/2014 1010112015 ELACHACCIIENT D H E 1,000,000 WORKERS COMPENSATION X ER _ A IANY PROPRIFTOR/PARTNERIEXECUTIVE NIA -. _. OFFICEMMEMBEREXCWDED9 EL,DISEASE-EAEMPLOYE- $ 1,OOQ000 (Mandatory In NHl -.. _. L if yyes,describe under FL.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPFRATIONS below - —- l y DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE:AAL#145A4491;2015 PAINT LINE STRIPING PROJECT NO.15-3001 ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT:CITY OF KENT,COVERAGE IS PRIMARY AND NON-CONTRIBUTORY.WAIVER OF SUBROGATION APPLIES.SEE ATTACHED(GL/AL/UL)ENDORSEMENT(S). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF KENT ACCORDANCE WITH THE POLICY PROVISIONS, 400 W GOWE Kent,WA 98032 - - - AUTHORIZED REPRESENTATIVE d 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD vj \ { � \ \ \/ 7 /\ \ \/\ \ \ \ : \ 2K � - : ) } /\ ( / /; Z } E � ( E 2/ \ \ \ * a / ! § ; ! « a D ; dd § § § » / te ) // \ ) /( 1 // ! /} \] # /, \ [ )d : ) 51d; : )d nwrc as �¢ I K ry.W� aS d i+ fG T Y3a 2 E - m !m o� u - di - 3 _ °Ea F � t c kUy S _. E liu Qo ow4 T �oo - - uj � I �z W VJ r J u) o _ o W � F t O ¢ to w Z .i� 3 �'� w r €' 4s u � 'Ga s - � o � �a`oa eq 3oo oea x t o ] s o u> I x gun gnu m O V al U A W a l9 4 G m i L � V ellY U r X_ rc 4 a - 12 tW - azo O kJ - �? N j 4 a'd a n� -� o—m � � m r •- 8 � q � _ u � >P C Z io 0 E E t lD 4Z u u F � L V u O R" `u p Q _ s 52 51 L 11 LL 6 Oz i9 Z - r 9 m v0 51 IL 5 - 5 °- d ' _ � D0 o° N m'^¢ wIn HO fL ILI ru ; mr otim - z � LF le n r J 3 F z a d ^ o a LP bZM — pD� hmc a .. YK LFNIU � o D � U V h t v6 5v _ Ji� Oe A6 � E.E - ✓. vJ C �w E . gLL E yeUN Em Npm �II - � � ottG i a L w= Y� O W LL � N V Z _ U', u F E a .�0 61 °s ?C t�y 2P J Q I- k u l U d Y l G 1'Cl C Om 9T ? V iw � niFQ W _ CY uj > a J WLu = w m a Ue a s � eP a E (zJ v! LLI I- W Z 'Q r4 % 6 U 2 111 /R ILI y ��yy k V W � i3Or�ik ° NE� Q^N - � 1 11 - o v� _ 4 t CE '4 W Q � F E E E Em E EE mo _n $ 3..°. rnv:aOm nOE y Pp E 0 m� > 8 GEES rvS o0 w° ,Wll 'E " �. 00 6 `OU m¢ ° N yL v o W az m E� d az r m a o au0n t E z w m_ `2 ' I EE DZ W o W oU pop �- r0 I O d P W LL O p �a oUm ma ot ` G j oi-6a K U O mtj 0 LLN -5 a G m m N V p I- W �P rN N W w O ¢ Q' w `e s�'," dw �p w r > ¢ - v` E$ oz o W z 3 o ¢`0 21 W W F PN yyZj Q UO y 1 r °m Z Es", aLL iLL w `00 m 3 a. zo auYl a ¢ z m m a€ w LLI W w me F X v vm� 'EE a Lo N W z o 4 E m T m pQ p o 3 m Eo Z O W �= W i aZ � 3 - Z .°N E= F K Q I,Z !m�' - .0 <n W v o 0 2 w m o w w w s ¢ a m0 W E Z W r r W G K N LL 5 i E W Q K C pU Q N O RP�n vUV o'mm1-3p ¢m.. F �Et ¢ / \ /\o � \t ( } Q / - / S� dsd \ \ { \ } \/> ` ) 0 \ ( { / \ } \ - - , 20 - ; \ _ -_ \ 2 / / � \ - ( \/ ) / \ \ / \/ ) \\ \ ` / � § ) \ ) // � / } 2 : 9 ) d` f %\9\ ! R / PI _ © J / a; »: = x »© 22/) ( //\d § / / / j \ /Q - \ ) ) / §E 2//// /j/)\ / \ \/ / y\ \\ / /. // j jg: =d / z9 „..��..��^^�� 0316265 GREAT AMERICAN INSURANCE CO '..... 301 E strxtiva Otlices GQI 6019 301 E bth Slrent cmclnnzc, Ohio 41202-4201 ( Ed , 06 9 7 ) �'�ATAME A'C Tel 1-513-3ee-5000 ixen0.xCf OW GENERAL ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY , PLEASE READ IT CAREFULLY . AMENDMENT - OTHER INSURANCE SCHEDULE PERSONS OR ORGANIZATIONS FOR WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT TO PROVIDE INSURANCE IN CONSIDERATION FOR THE PREMIUM PAID FOR THIS ENDORSEMENT , THE FOLLOWING IS ADDED TO PARAGRAPH J . - OTHER INSURANCE OF SECTION VI - CONDITIONS : HOWEVER , FOR ANY PERSON OR ORGANIZATION THAT IS SHOWN IN SCHEDULE A BELOW AND THAT QUALIFIES AS AN " INSURED” UNDER THIS POLICY , AND IF THE WRITTEN CONTRACT IN WHICH YOU HAVE SIGNED AND AGREED TO PROVIDE INSURANCE PRIOR TO THE LOSS FOR THE PERSON OR ORGANIZATION SCHEDULED BELOW, WHICH SPECIFICALLY REQUIRES THAT THIS INSURANCE APPLY ON A PRIMARY OR A PRIMARY AND NON -CONTRIBUTORY BASIS , THIS INSURANCE WILL APPLY AS IF OTHER INSURANCE AVAILABLE TO THAT PERSON OR ORGANIZATION WHICH COVERS THAT PERSON OR ORGANIZATION AS A NAMED INSURED DOES NOT EXIST AND WE WILL NOT SHARE WITH THAT OTHER INSURANCE . BUT , THIS INSURANCE IS STILL EXCESS OVER ANY OTHER VALID AND COLLECTIBLE INSURANCE , WHETHER SUCH INSURANCE IS STATED TO BE PRIMARY , CONTRIBUTING, EXCESS , CONTINGENT OR OTHERWISE , WITH RESPECT TO THE AUTO HAZARD , OR ANY OTHER VALID AND COLLECTIBLE INSURANCE THAT IS AVAILABLE TO THAT PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED UNDER SUCH OTHER INSURANCE . THERE IS NO COVERAGE AFFORDED UNDER THIS ENDORSEMENT FOR ANY PERSON OR ORGANIZATION THAT IS SHOWN IN SCHEDULE A BELOW FOR "BODILY INJURY" , "PROPERTY DAMAGE " , "PERSONAL INJURY" OR "ADVERTISING INJURY" ARISING OUT '...... OF THE SOLE NEGLIGENCE OF ANY PERSON OR ORGANIZATION THAT IS SHOWN IN SCHEDULE A BELOW OR BY THOSE ACTING ON THEIR BEHALF . SCHEDULE A 1 . ANY PERSON OR ORGANIZATION FOR WHOM OR FOR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO PROVIDE INSURANCE ON A PRIMARY AND NON -CONTRIBUTORY BASIS , SUBJECT TO THE TERMS AND CONDITIONS OF THIS POLICY . THE TERMS OF THIS ENDORSEMENT WILL ONLY APPLY TO THE EXTENT THAT THE WRITTEN CONTRACT OR AGREEMENT ACKNOWLEDGED IN THIS ENDORSEMENT IS ALSO COVERED BY A POLICY LISTED IN THE SCHEDULE OF UNDERLYING INSURANCE AND FOR NO BROADER COVERAGE THAN IS PROVIDED BY SUCH INSURANCE . THIS ENDORSEMENT DOES NOT CHANGE ANY OTHER PROVISION OF THE POLICY , GAI 6011 ( Ed . 06 /971 PRO ( Pape 1 of I I 0316265 GREAT AMERICAN INSURANCE CO / 301 i sherive 011wes eat e am street GAI 6002 CrTtEAT T.1 1-eti, Ohio aszoz-azat TeL AMERICAN, 1-513-369-5000 (Ed. 06 97) nnvAArvf[CPOIIP T H E P R O T E C T O R COMMERCIAL UMBRELLA COVERAGE FORM There are provisions in this policy that restrict such in Insuring Agreement, V. DEFINITIONS. coverage. Read the entire policy carefully to de- Words and phrases that appear in quotation termine rights, duties and what is and is not cov- marks have special meaning and can be found in ered, the DEFINITION Section or the specific policy provision where they appear. Throughout this policy, the words "you' and "your" refer to the Named Insured as defined in Insuring Agreement, V- DEFINITIONS. The in consideration of the payment of the premium words "we," "us" and "our" refer to the Company and in reliance upon the statements in the Dec- providing this insurance. The word "Insured" larations we agree with you to provide coverage means any person or organization qualifying as as follows: INSURING AGREEMENTS I. COVERAGE 1. damages included in the "products- completed operations hazard"; and We will pay on behalf of the "Insured" those sums in excess of the "Retained Limit' that the 2, coverages included in the policies list- "Insured" becomes legally obligated to pay by ed in the Schedule of Underlying In- reason of liability imposed by law or assumed surance to which no underlying ag- by the "Insured" under an "insured contract" gregate limit applies. because of "bodily injury," "property damage," The amount stated on the Declarations as "personal injury," or "advertising injury" that the General Aggregate Limit is the most takes place during the Policy Period and is we will pay for all damages arising out of caused by an "occurrence" happening any- an "bodily injury," "property damage," where. The amount we will pay for damages is Y Y 1 Y P P Y limited as described below in the Insuring "personal injury," or "advertising injury" Agreement Section 11, LIMITS OF INSUR- subject to an aggregate limit in the "un- ANCE. derlying insurance," The General Aggregate Limit applies separately and in the same II. LIMITS OF INSURANCE manner as the aggregate limits in the "un- derlying insurance:" A. The Limits of Insurance shown in Item 4. C. The Products-Completed Operations Ag- of the Declarations and the rules below gregate Limit is the most we will pay for state the most we will pay regardless of the number of: all damages included in the "products- I completed operations hazard." 1. "Insureds", D. Subject to i or C. in Section II. LIMITS 2. "claims" made or "suits" brought; or OF INSURANCE, whichever applies, the Each Occurrence Limit is the most we will 3. persons or organizations making pay for "bodily injury;' "property damage," "claims" or bringing "suits," "personal injury," or "advertising injury" covered under the Insuring Agreement in B. The General Aggregate Limit is the most Section 1. because of all "bodily injury," we will pay for all damages covered under property damage," "personal injury," or the Insuring Agreement in Section I., ex- "advertising injury" arising out of any one cept: "occurrence." GAI 6002 (Ed. 06/97) XS (Page 1 of 15) RI 0316265 GREAT AME AN INSURANCE CO C E. If the applicable Limits of Insurance of the and then up to an amount not exceeding policies listed in the Schedule of Under the Each Occurrence Limit as stated in the lying Insurance or of other insurance pro- Declarations. vidirng coverage to the "Insured" are re- duced or exhausted by actual payment of Once the Self-Insured Retention has been one or more "claims," subject to the terms exhausted by actual payment of "claims" in and conditions of this policy, we will: full by the "Insured," the Self-Insured Re- tention will not be reapplied or again pay- 1. in the event of reduction, pay in ex- able by the "Insured" for said Policy Pe- cess of the reduced underlying Limits riod, of Insurance, or; III. DEFENSE 2. in the event of exhaustion, continue in A. We will have the right and duty to investi- force as "underlying insurance," but gate any "claim" and defend any "suit" for no broader coverage than is avail- seeking damages covered by the terms able under this policy. and conditions of this policy when: F. The Limits of Insurance of this policy ap- 1. the applicable Limits of Insurance of ply separately to each consecutive annual the underlying policies listed in the period and to any remaining period of less Schedule of Underlying Insurance and than 12 months, starting with the begin- the Limits of Insurance of any other ning of the policy period shown in the insurance providing coverage to the Declarations, unless the policy period is "Insured" have been exhausted by ac- extended after issuance for an additional tual payment of "claims" for any "oc- period of less than 12 months. In that currence" to which this policy applies; case, the additional period will be deemed or part of the last preceding period for pur- poses of determining the Limits of Insur- 2. damages are sought for any "occur- ance. rence" which is covered by this policy but not covered by any underlying G. Retained Limit policies listed in the Schedule of Un- derlying Insurance or any other insur- We will be liable only for that portion of ance providing coverage to the "In- damages, subject to the Each Occurrence sured." Limit stated in the Declarations, in excess B. When we assume the defense of any of the "retained limit," which is the greater "claim" or "suit": of: 1. We will investigate any "claim" and de- l. the total amounts stated as the ap- fend any "suit" against the "Insured" plicable limits of the underlying poli- seeking damages on account of any cies listed in the Schedule of Under- "occurrence" covered by this policy. lying Insurance and the applicable limits We have the right to investigate, de- of any other insurance providing cov- fend and settle the "claim" or "suit" as erage to the "Insured" during the Policy we deem expedient. Period; or 2. All expenses we incur in the investiga- 2. the amount stated in the Declarations tion of any "claim" or defense of any as Self-Insured Retention as a result "suit" are in addition to our Limits of of any one "occurrence' not covered Insurance. by the underlying policies listed in the Schedule of Underlying Insurance nor 3. We will pay the following as ex- by any other insurance providing cov- penses, to the extent that they are not erage to the "Insured" during the Policy included in the coverage in the under- Period; lying policies listed in the Schedule of GAI 6002 (Ed. 06/97) XS (Page 2 of 15) 0316265 GREAT AMERICAN INSURANCE CO '.. Underlying Insurance or in any other or "suit" relative to any "occurrence" insurance providing coverage to the which, in our opinion, may create liability "Insured" on our part under the terms of this policy. If we exercise such right, we will do so at a. premiums on bonds to release at- our own expense. tachments, which bond amounts will not exceed our Limits of In- IV. EXCLUSIONS surance, but we are not obligated to apply for or furnish any such This insurance does not apply to: bond; b, premiums on appeal bonds, which A. "Bodily injury' or "property damage" ex- pected or intended from the standpoint of policy limits, required by law to the "Insured." This exclusion does not ap- appeal any "claimi or "suit" we ply to "bodily injury" resulting from the use of reasonable force to protect per- defend, but we are not obligated sons or property. to apply for or furnish any such bond; B. Any obligation of the "Insured" under a c. all costs taxed against the "In- Workers Compensation, Unemployment sured" in any "claim" or "suit" we Compensation or Disability Benefits Law, defend; or under any similar law, regulation or or- dinance. d. pre-judgment interest awarded against the "Insured" on that part C. Any obligation of the "Insured" under the of the judgment we pay that is Employee Retirement Income Security Act within our applicable Limits of In- of 1974 or any amendments to that act, surance, If we make an offer to or under any similar law, regulation or or- pay the applicable Limits of Insur- dinance. ance, we will not pay any pre- judgment interest based on the D. Any obligation of the "Insured" under a No period of time after the offer; Fault, Uninsured Motorist or Underinsured Motorist law, or under any similar law, e. all interest that accrues after en- regulation or ordinance, try of judgment and before we have paid, offered to pay or de- E. "Property damage" to "impaired property" posited in court the part of the or property that has not been physically judgment that is within our ap- injured, arising out of: plicable Limit of Insurance; f t• a defect, deficiency, inadequacy or . the "Insured's" actual and reason- able expenses incurred at our re- dangerous condition in "your product' or "your work"; or quest. C. We will not investigate any "claim" or de- 2, a delay or failure by you or anyone fend any "suit" after our applicable Limits acting on your behalf to perform a of Insurance have been exhausted by pay- contract or agreement in accordance ment of judgments or settlements. with its terms. D. In all other instances except Subsection A. This exclusion does not apply to the loss in Section 111. DEFENSE, we will not be of use of other property arising out of obligated to assume charge of the inves- sudden and accidental physical injury to tigation, settlement or defense of any "your product" or "your work" after it has "claim" or "suit" against the "Insured," We been put to its intended use, will, however, have the right and will be given the opportunity to participate in the F. "Property damage" to "your product" aris- settlement, defense and trial of any "claim" ing out of it or any part of it. GAI 6002 (Ed. 06/97) XS (Page 3 of 15) 5/23/2013 1:35:36 PM C •T5 *04 /22 / 13 ^T000189317 - 03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO G. "Property damage" to "your work" arising 1. breach of contract, other than misap- out of it or any part of it and included in propriation of advertising ideas under the "products-completed operations haz- an implied contract; ar d." 2. the failure of goods, products or ser- This exclusion does not apply if the vices to conform with advertised damaged work or the work out of which quality or performance; the damage arises was performed on your behalf by a subcontractor. 3. the wrong description of the price of goods, products or services; or H. Damages claimed for any loss, cost or expense Incurred by you or others for the 4. an offense committed by an "Insured" loss of use, withdrawal, recall, inspection, whose business is advertising, broad- repair, replacement, adjustment, removal casting, publishing or telecasting. or disposal of: L. Any liability, including but not limited to 1. "your product"; settlements, judgments, costs, charges, expenses, costs of investigations, or the 2. "your work"; or fees of attorneys, experts, or consultants, arising out of or in any way related to 3. "impaired property" 1. The actual, alleged or threatened pres- ' if such product, work or property is ence, discharge, dispersal, seepage, withdrawn or recalled from the market or migration, release, or escape of "pol- from use by any person or organization lutants," however caused. because of a known or suspected defect, deficiency, inadequacy or dangerous con- 2. Any request, demand or order that any dition in it. "Insured" or others test for, monitor, clean-up, remove, contain, treat, de- l. "Property damage" to property owned by toxify, neutralize or in any way re- the "Insured." spond to or assess the effects of "pollutants." This includes demands, J. "Personal injury" or "advertising injury": directives, complaints, "suits," orders 1, arising out of oral, written, televised, or requests brought by any govern- videotaped, or electronic publication mental entity or by any person or of material, if done by or at the direc- group of persons. tion of the "Insured" with knowledge 3. Steps taken or amounts incurred by a of its falsity; governmental unit or any other person 2. arising out of oral, written, televised, or organization to test for, monitor, videotaped, or electronic publication clean-up, remove, contain, treat, de- of material whose first publication toxify or neutralize or assess the ef- took place before the beginning of the fects of "pollutants." policy period; This exclusion will apply to any liability, 3. arising out of the willful violation of a costs, charges, or expenses, or any judg- penal statute or ordinance committed ments or settlements, arising directly or by or with consent of the "Insured"; or indirectly out of pollution whether or not the pollution was sudden, accidental, grad- 4. for which the "Insured" has assumed ual, intended, expected, unexpected, pre- liability in a contract or agreement. This ventable or not preventable. exclusion does not apply to liability for damages that the "Insured" would have As used in this exclusion "pollutants" in the absence of the contract or means any solid, liquid, gaseous, or ther- agreement. mal irritant or contaminant, including, but not limited to smoke, vapor, soot, fumes, K. "Advertising injury" arising out of: acids, alkalis, chemicals and waste material, GAI 6002 (1 06/97l XS (Page 4 of 15) 5/23/2013 1:35:36 PM C °T5-04 /22 / 13"T000189317 -03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO Waste material includes materials which 4. consequential "bodily injury," "property are intended to be or have been recycled, damage," "personal injury" or "adver- reconditioned or reclaimed, tising injury" as a result of 0.1. through 0.3. M. "Bodily injury" or "property damage" due to war, whether or not declared, or any This exclusion applies whether the "In- act or condition incident to war. War In- sured" may be held liable as an employer cludes civil war, insurrection, rebellion or or in any other capacity and to any obliga- revolution. This exclusion applies only to tion to share damages with or to repay liability assumed under a contract or someone else who must pay damages be- agreement, cause of "bodily injury," "property dam- age," "personal injury" or "advertising in- N. Any liability, including, but not limited to jury." settlements, judgments, costs, charges, expenses, costs of investigations, or the P. "Bodily injury," "property damage," "per- fees of attorneys, experts, or consultants sonal injury" or "advertising injury" ex- arising out of or related in any way, either cluded by the Nuclear Energy Liability directly or indirectly, to: Exclusion attached to this Policy. 1. asbestos, asbestos products, asbes- 0. The following Items 1. through 4., except tos-containing materials or products, to the extent that such insurance is pro- asbestos fibers or asbestos dust, in- vided by a policy listed in the Schedule of cluding, but not limited to, manufac- Underlying Insurance, and for no broader ture, mining, use, sale, installation, re- coverage than is provided by such policy: moval, or distribution activities; 1. Liability of any employee with respect 2. exposure to testing for, monitoring of, to "bodily injury," "property damage," cleaning up, removing, containing or "personal injury" or "advertising injury" treating of asbestos, asbestos pro- to you or to another employee of the ducts, asbestos-containing materials same employer injured in the course or products, asbestos fibers or as- of such employment, bestos dust; or 2. "Bodily injury' or "property damage" 3. any obligation to investigate, settle or arising out of the ownership, main- defend, or indemnify any person tenance, operation, use, "loading" or against any "claim" or "suit" arising out "unloading" of any watercraft, if such of, or related in any way, either di- watercraft is owned, or chartered rectly or indirectly, to asbestos, as- without crew, by or on behalf of any bestos products, asbestos-containing "Insured" This exclusion will not apply materials or products, asbestos fibers to watercraft while ashore on any or asbestos dust. premises owned by, rented to, or controlled by you. 0. "Bodily injury," "property damage," per- sonal injury" or "advertising injury" arising 3. "Bodily injury" or "property damage" out of any: arising out of the ownership, main- tenance, operation, use, "loading" or 1, refusal to employ or promote; "unloading" of any aircraft, if such air- craft is owned, or hired without pilot 2, termination of employment; or crew, by or on behalf of any "In- sured." 3. coercion, demotion, evaluation, reas- signment, discipline, defamation, ha- 4. "Bodily injury" to: rassment, molestation, humiliation, dis- crimination or other employment re- a. an employee of any "Insured" lated practices, policies, acts or omis- arising out of and in the course sions, or of: GAI 6002 (Ed. 06/97) XS (Page 5 of 15) 5/23/2013 1:35:37 PM C �TS.04 /22 / 13 •TUU0189317 - 03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO I. employment by any "Insured"; C. "Bodily injury" means physical injury, sick- or ness, or disease, including death of a per- son. "Bodily injury" also means mental in- ii. performing duties related to jury, mental anguish, humiliation, or shock the conduct of any "In- if directly resulting from physical injury, sured's" business; or sickness, or disease to that person. b. the spouse, child, parent, brother D. "Claim" means any demand for monetary or sister of that employee as a damages upon an "Insured" resulting from consequence of Paragraph 4.a. a covered "occurrence." This exclusion applies: E. "Impaired property" means tangible prop- erty, other than "your product" or "your a. whether any "Insured" may be lia- work," that cannot be used or is less use- ble as an employer or in any other ful because: capacity; and 1. it incorporates "your product" or "your b. to any obligation to share dam- work" that is known or thought to be ages with or repay someone else defective, deficient, inadequate or who must pay damages because dangerous; or of the injury. 2, you have failed to fulfill the terms of a V. DEFINITIONS contract or agreement; A. "Advertising injury" means injury arising if such property can be restored to use solely out of advertising activities of any by "Insured" as a result of one or more of the following offenses during the policy pe- 1, the repair, replacement, adjustment or riod: removal of "your product" or "your work"; or 1, oral, written, televised, videotaped, or electronic publication of material that 2. your fulfilling the terms of the con- slanders or libels a person or organi- tract or agreement. zation or disparages a person's or or- ganization's goods, products or ser- F. "Insured" means each of the following, to vices; the extent set forth: 2. oral, written, televised, videotaped, or 1. The Named Insured meaning: electronic publication of material that violates a person's right of privacy; a. Any person or organization listed in Item 1. of the Declarations, and 3, misappropriation of advertising ideas any Company of which you own or style of doing business; more than 50%, as of the effec- tive date of this policy. 4. infringement of copyright, title or slo- gan; or b. Any organization you newly ac- quire or form, other than a part- 5. mental injury, mental anguish, humili- nership, joint venture or limited ation, or shock, if directly resulting liability company, and over which from Items A.1. through A.4. you maintain ownership or major- ity interest, will qualify to be a B. "Auto" means a land motor vehicle, trailer Named Insured. However: or semitrailer designed for travel on public roads, including any attached machinery or (1) coverage under this provi- equipment. "Auto" does not include "mobile sion is afforded only until equipment" the 90th day after you ac- GAI 6002 (Ed. 06/97) X5 (Page 6 of 151 5/23/2013 1:35:37 PM C --T5 "04 /22 / 13"T000189317 -03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO quire or form the organiza- Schedule of Underlying Insurance and tion or the end of the policy for no broader coverage than is pro- period, whichever is earlier, vided under such underlying policies. (2) coverage does not apply to Employees include "leased workers" "bodily injury;' "property but not "temporary workers." "Leased damage," "personal injury' or workers" are leased to you by a labor "advertising injury" that oc- leasing firm under an agreement be- curred before you acquired tween you and the labor leasing firm l or formed the organization, to perform related duties to the con- and duct of your business. "Leased work- ers" are not "temporary workers." (3) coverage applies only if the "Temporary workers" are persons fur- organization is included un- nished to you to substitute for perma- der the coverage provided nent employees on leave or to meet by the policies listed in the seasonal or short-term workload con- Schedule of Underlying In- ditions. surance and then for no broader coverage than is 7, Any person, other than one of your provided under such under- employees, or organization while act- lying policies. Ing as your real estate manager. 2. If you are an individual, you and your spouse, but only with respect to the 8. Any person (other than your partners, conduct of a business of which you executive officers, directors, stock- are the sole owner as of the effective holders or employees) or organizations date of this policy. with respect to any "auto" owned by you, loaned to you or hired by you or 3. If you are a partnership or joint ven- on your behalf and used with your ture, the partners or members and permission. their spouses but only as respects the conduct of your business. However, the coverage granted by this Provision 8. does not apply to any 4. If you are a limited liability company, person using an "auto" while working the members or managers but only as in a business that sells, services, re- respects the conduct of your business pairs or parks "autos" unless you are in that business. 5. Any person or organization, other than the Named Insured, included as an ad- S. No person or organization is an "In- ditional "Insured" by virtue of an "in- sured" with respect to the conduct of sured contract," and to which cover- any current or past partnership or joint age is provided by the "underlying in- venture that is not shown as a Named surance," and for no broader coverage Insured in the Declarations. than is provided by the "underlying in- surance" to such additional "Insured." G. "Insured contract" means any oral or writ- 6. Any of your partners, executive of- ten contract or agreement entered into by ficers, directors, or employees but you and pertaining to your business under only while acting within the scope of which you assume the "tort liability" of their duties. another party to pay for "bodily injury" or "property damage" to a third person or However, the coverage granted by this organization, provided that the "bodily in- Provision 6, does not apply to the jury" or "property damage" occurs subse- ownership, maintenance, use, "loading" quent to the execution of the contract or or "unloading" of any "autos," aircraft agreement. "Tort liability" means a civil li- or watercraft unless such coverage is ability that would be imposed by law in the included under the policies listed in the absence of any contract or agreement. GAI 6002 (Ed. 06/97) XS (Page 7 of 151 5/23/2013 1:35:38 PM C `T5 .04 /22113 "T000189317 -03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO H. "Loading" or "unloading" means the han- b. cherry pickers and similar devices dling of property: used to raise or lower workers; 1, after it is removed from the place 6. vehicles not described in 1., 2., 3., or where it is accepted for movement 4. above maintained primarily for pur- Into or onto an aircraft, watercraft or poses other than the transportation of "auto"; persons or cargo. 2, while it is in or on an aircraft, water- However, self-propelled vehicles with craft or "auto the following types of permanently at- tached equipment are not "mobile 3, while it is being moved from an air- equipment" but will be considered craft, watercraft or "auto" to the place "autos where it is finally delivered. a. equipment designed primarily for: However, "loading" or "unloading" does not (1) snow removal; include the movement of property by means of a mechanical device, other than a (2) road maintenance, but not hand truck, that is not attached to the air- construction or resurfacing; craft, watercraft or "auto." or I. "Mobile equipment" means any of the fol- (3) street cleaning; lowing types of land vehicles, including a b. cherry pickers and similar devices any attached machinery or equipment: mounted on auto or truck chassis 1. bulldozers, farm machinery, forklifts and used to raise or lower work- and other vehicles designed for use ers; and principally off public roads; C. air compressors, pumps and gen- 2. vehicles maintained for use solely on erators, including spraying, weld- ng, building cleaning, geophysical or next to premises you own or rent; exploration, lighting and well ser- 3. vehicles that travel on crawler treads; vicing equipment. 4. vehicles, whether self-propelled or J. "Occurrence" means: not, maintained primarily to provide 1. as respects "bodily injury" or "property mobility to permanently mounted: damage," an accident, including con- tinuous or repeated exposure to sub- a, power cranes, shovels, loaders, stantially the same general harmful diggers or drills; or conditions; b. road construction or resurfacing 2. as respects "personal injury," an of- equipment such as graders, fense arising out of the business of scrapers or rollers; any "Insured" that results in "personal injury." All damages that arise from the 5. vehicles not described in 1., 2., 3., or same or related injurious material or 4. above that are not self-propelled acts will be considered as arising out and are maintained primarily to provide of one "occurrence," regardless of the mobility to permanently attached frequency or repetition thereof, the equipment of the following types: number and kind of media used and the number of claimants; a. air compressors, pumps and gen- erators, including spraying, weld- 3, as respects "advertising injury," an of- ing, building cleaning, geophysical fense committed in the course of ad- exploration, lighting and well ser- vertising your goods, products and vicing equipment or services that results in "advertising in- GAI 6002 (Ed. 06/97) XS (Page 8 of 15) 5/23/2013 1:35:39 PM C "T5 "04 /22 / 13'T000lB9317 - 03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO i jury." All damages that arise from the a. When all of the work called for in same or related injurious material or your contract has been complet- acts will be considered as arising out ed. of one "occurrence," regardless of the frequency or repetition thereof, the b. When all of the work to be done number and kind of media used and at the site has been completed if the number of claimants. your contract calls for work at more than one site. K. "Personal injury" means injury other than "bodily injury" or "advertising injury" aris- c. When that part of the work done ing out of one or more of the following at a job site has been put to its offenses during the policy period: intended use by any person or organization other than another 1. false arrest, detention or imprison- contractor or subcontractor ment; working on the same project. 2. malicious prosecution; Work that may need service, main- 3. the wrongful eviction from, wrongful tenance, correction, repair or replace- entry into, or invasion of the right of ment, but which is otherwise com- plete,private occupancy of a room, dwelling will be treated as completed. or premises that a person occupies by or on behalf of its owner, landlord or 3. This "products-completed operations lessor; hazard" does not include "bodily injury" or "property damage" arising out of: 4. oral, written, televised, videotaped, or electronic publication of material that a. the transportation of property, slanders or libels a person or organi- unless the injury or damage arises zation or disparages a persons or or- out of a condition in or on a ve- ganization's goods, products or ser- hicle created by the "loading" or vices; "unloading" of it; 5, oral, written, televised, videotaped, or b. the existence of tools, uninstalled electronic publication of material that equipment or abandoned or un- violates a person's right of privacy; or used materials, 6, mental injury, mental anguish, humili- M. "Property damage" means: ation, or shock, if directly resulting from Items K.I. through S. 1. physical injury to tangible property, in- cluding all resulting loss of use of that property. All such loss of use will be ard" means all "bodily injury" and deemed to occur at the time of the "property damage" from an "occur- physical injury that caused it; or rence" taking place away from prem- ises you own or rent and arising out of "your product" or "your work" ex- 2. loss use of tangible property that is cept: not physically injured. All such loss will be deemed to occur at the time of the a. products that are still in your "occurrence' that caused it. physical possession; or N. "Suit" means a civil proceeding. which b. work that has not yet been com- seeks monetary damages because of pleted or abandoned. "bodily injury," "property damage," "per- sonal injury," or "advertising injury' to 2. "Your work" will be deemed completed which this insurance applies. "Suit" in- at the earl;est of the following times: cludes: GAI 6002 (Ed. 06/97) XS (Page 9 of 15) 5/23/2013 1:35:39 PM C -T5t04/22 / 13"T000189317 .03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO 1, an arbitration proceeding in which such Q. "Your work" means: damages are claimed and to which you must submit or do submit with our 1, work or operations performed by you consent: or or on your behalf; and 2. any other alternative dispute resolution 2. materials, parts or equipment furnished proceeding in which such damages are in connection with such work or op- claimed and to which you submit with erations. our consent. O. "Underlying insurance" means the insurance "Your work" includes: coverage provided under policies shown in the Schedule of Underlying Insurance, 1, warranties or representations made at or any additional policies agreed to by us any time with respect to the fitness, in writing. It includes any policies issued to quality, durability, performance or use replace those policies during the term of of "your work"; and this insurance that provide: 2. the providing of or failure to provide � 1, at least the same policy limits; and warnings or instructions. 2. insurance for the same hazards, ex- VI. Conditions cept as to any modifications which are agreed to by us in writing. A. Appeals P. "Your product" means: If the "Insured" or an "Insured's" underlyingI 1. Any goods or products, other than real insurers do not appeal a judgment in ex- property, manufactured, sold, handled, cess of the "retained limit," we have the distributed or disposed of by: right to make such an appeal. If we elect to appeal, our liability on such an award or a. you; judgment will not exceed our Limits of Dec- b. others trading under your name; Insurance as stated in Item 4. of the Dec- arations plus the cost and expense of or such appeal. c. a person or organization whose business or assets you have ac- B. Audit quired; and We may audit and examine your books and 2. Containers (other than vehicles) mate- records as they relate to this policy at any rials, parts or equipment furnished in time during the period of this policy and connection with such goods or pro- for up to three years after the expiration ducts. or termination of this policy. "Your product" includes: C. Bankruptcy or Insolvency 1. warranties or representations made at The bankruptcy, insolvency or inability to any time with respect to the fitness, pay of any "Insured" or the bankruptcy, quality, durability, performance or use of "your product"; and insolvency o inability to pay of any of the Insurers nsurers will not relieve us 2. the providing of or failure to provide from the payment of any "claim" or "suit" warnings or instructions. covered by this policy. Under no circum- stances will such bankruptcy, insolvency "Your product" does not include vending or inability to pay require us to drop down machines or other property rented to or and replace the "retained limit" or assume located for the use of others but not sold. any obligation with the "retained limit" GAI 6002 (Ed. 06/97) XS (Page 10 of 15) 5/23/2013 1:35:40 PM C -T5 -04 /22 / 13 "TU110189317 -03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO D. Cancellation cellation and the receipt of any refund that may become payable under this 1. You may cancel this policy. You must policy. mail or deliver advance written notice to us stating when the cancellation is 8. Any of these provisions that conflict to take effect, with a law that controls the cancella- tion of the insurance in this policy is 2. We may cancel this policy. If we can- changed by this statement to comply cel because of nonpayment of pre- with the law, mium, we must mail or deliver to you not less than ten (10f days advance E. Changes written notice stating when the can- cellation is to take effect. If we cancel Notice to any agent or knowledge pos- for any other reason, we must mail or sessed by any agent or any other person deliver to you not less than thirty l30) will not effect a waiver or a change in any days advance written notice stating part of this policy. This policy can only be when the cancellation is to take effect. changed by a written endorsement that Mailing that notice to you at your mail- becomes a part of this policy and that is ing address shown in Item 1, of the signed by one of our authorized repre- Declarations will be sufficient to prove sentatives. notice. F. Duties in The Event of An Occurrence, 3. The policy period will end on the day Claim Or Suit and hour stated in the cancellation no- tice. 1. You must see to it that we are notified as soon as practicable of an "occur- 4. If we cancel, final premium will be cal- rence" which may result in a "claim" or culated pro rats based on the time this "suit" under this policy. To the extent policy was in force. Final premium will possible, notice will include: not be less than the Minimum Premium as shown in Item 3, of the Declara- a. how, when and where the "oc- tions. currence" took place; 5. If you cancel, final premium will be b. the names and addresses of any more than pro rata; it will be based on injured person and witnesses; the time this policy was in force and increased by our short rate cancella- C. the nature and location of any in- tion table and procedure. Final premium jury or damage arising out of the will not be less than the Minimum Pre- mium as shown in Item 3. of the Dec- larations "occurrence" . 2. If a "claim" or "suit" against any 1n- 6. Premium adjustment may be made at sured" is reasonably likely to involve the time of cancellation or as soon as this policy you must notify us in writ- practicable thereafter but the cancella- Ing as soon as practicable. tion will be effective even if we have not made or offered any refund due 3. You and any other involved "Insured" you. Our check or our representative's must: check, mailed or delivered, will be sufficient tender of any refund due a. immediately send us copies of you any demands, notices, summonses or legal papers received in con- 7. The first Named Insured in Item 1. of nection with the "claim" or "suit"; the Declarations will act on behalf of all other "Insured's" with respect to the b. authorize us to obtain records giving and receiving of notice of can- and other information; GAI 6002 (Ed. 06/97) XS (Page 11 of 15) 5/23/2013 1:35:41 PM C °T5 -04 /22 / 13 °T000189317 - 03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO c. cooperate with us in the inves- I. Maintenance of Underlying Insurance tigation, settlement or defense of the "claim" or "suit"; and During the period of this policy, you agree: d. assist us, upon our request, in the enforcement of any right against 1. to keep the policies listed in the any person or organization which Schedule of Underlying Insurance in may be liable to the "Insured" be- full force and effect; cause of injury or damage to which this insurance may also ap- 2. that any renewals or replacements of ply the policies listed in the Schedule of Underlying Insurance will not be more 4. The "Insured's" will not, except at their restrictive in coverage; own cost, voluntarily make a payment, assume any obligation, or incur any 3. that the Limits of Insurance of the expense, other than for first aid, with- policies listed in the Schedule of Un- out our consent. derlying Insurance will be maintained G. Inspection except for any reduction or exhaus- tion of aggregate limits by payment of We have the right, but are not obligated, "claims" or "suits" for "occurrences" to inspect the premises and operations of covered by "underlying insurance"; and any "Insured" at any time. Our inspections are not safety inspections. They relate 4. that the terms, conditions and en- only to the insurability of the premises and dorsements of the policies listed in the operations of any "Insured" and the premi- Schedule of Underlying Insurance will ums to be charged. We may give you re- not change during the period of this ports on the conditions we find. We may policy such as to increase the cov- also recommend changes. While they may erage afforded under this policy. help reduce losses, we do not undertake to perform the duty of any person or If you fail to comply with these require- organization to provide for the health or ments, we will only be liable to the same safety of any employees or the public. We extent that we would have been had you do not warrant that the premises or oper- fully complied with these requirements, ations of any "Insured" are safe or health- ful or that they comply with laws, regula- J. Other Insurance tions, codes or standards. If other insurance applies to a loss that is H. Legal Actions Against Us also covered by this policy, this policy will apply excess of the other insurance. There will be no right of action against us Nothing herein will be construed to make under this insurance unless: this policy subject to the terms, conditions 1. you have complied with all the terms and limitations of such other insurance. of this policy; and However, this provision will not apply if the other insurance is specifically written 2. the amount you owe has been deter- to be excess of this policy, mined by settlement with our consent or by actual trial and final judgment; K. Premium This insurance does not give anyone the The first Named Insured designated in Item right to add us as a party in an action 1, of the Declarations will be responsible against you to determine your liability, for payment of all premiums when due. GAI 6002 (Ed, 06/97) XS (Page 12 of 15) 0316265 GREAT AMERICAN INSURANCE CO The premium for this policy will be com- 3. lastly, any interests, including the "In- puted on the basis set forth in Item 3. of sured," over which our insurance is the Declarations. At the beginning of the excess, are entitled to claim the resi- policy period, you must pay us the Ad- due. vance Premium shown in Item 3. of the Declarations. Expenses incurred in the excercise of rights of recovery will be apportioned be- When this policy expires or if it is can- tween the interests, including the "Insured," celed, we will compute the earned pre- in the ratio of their respective recoveries mium for the time this policy was in force. as finally settled. If this policy is subject to audit adjust- ment, the actual exposure basis will be N. Terms Conformed to Statute used to compute the earned premium. If The terms of this Policy which are in con- the earned premium is greater than the flict with the statutes of the state where Advance Premium, you will promptly pay this Policy is issued are amended to con- us the difference. If the earned premium is farm to such statutes. less than the Advance Premium, we will return the difference to you. But in any If we are prevented by law or statute event we will retain the Minimum Premium from paying on behalf of an "Insured," as shown in Item 3. of the Declarations then we will, where permitted by law or for each twelve months of our policy pe- statute, indemnify the "Insured" for those riod. sums in excess of the "retained limit." L. Separation of Insureds 0. Transfer of Your Rights And Duties Except with respect to our Limits of In- Your rights and duties under this policy surance and any rights or duties specifi- may not be transferred without our writ- cally assigned to the first Named insured ten consent. designated in Item 1. of the Declarations, this insurance applies: If you die or are legally declared bankrupt, your rights and duties will be transferred 1. as if each Named Insured were the to your legal representative but only while only Named Insured; and acting within the scope of duties as your legal representative. However, notice of 2. separately to each "Insured" against cancellation sent to the first Named In- whom "claim" is made or "suit" brought. sured designated in Item 1. of the Declara- tions and mailed to the address shown in M. Transfer of Rights of Recovery Against this policy will be sufficient notice to ef- Others to Us fect cancellation of this policy. If any "Insured" has rights to recover all or P, When Loss Is Payable part of any payment we have made under this policy, those rights are transferred to Coverage under this policy will not apply us. The "Insured" must do nothing after unless and until any "Insured" or an "In- loss to impair those rights and must help sured's" underlying insurer is obligated to us enforce them. pay the "retained limit." Any recoveries will be applied as follows: When the amount of loss has finally been determined, we will promptly pay on be- d, any interests, including the "Insured," half of the "Insured" the amount of loss that have paid an amount in excess of falling within the terms of this policy. our payment under this policy will be reimbursed first; You will promptly reimburse us for any amount within the Self-Insured Retention 2. we then will be reimbursed up to the advanced by us at our discretion on behalf amount we have paid; and of any "Insured." GAI 6002 (Ed. 06/97) XS (Page 13 of 15) 5/23/2013 1:35:42 PM C �T5-04 /22 / 13'T0001139317 -03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO NUCLEAR ENERGY LIABILI TY EXCLUSION This policy does not apply to: of America, its territories or possessions or Canada, this Exclusion 2.c, applies only 1. Any liability, injury or damage: to "nuclear property damage" to such "nu- clear facility" and any property therein. a. with respect to which any "Insured" under the policy is also an "Insured" under a nu- 3. As used in this exclusion: clear energy liability policy issued by Nu- clear Energy Liability Insurance Associ- a. "Hazardous properties" includes radioac- ation, Mutual Atomic Energy Liability Un- tive, toxic or explosive properties. derwriters, Nuclear Insurance Association of Canada or any of their successors, or b. "Nuclear facility" means: would be an "Insured" under any such policy but for its termination upon ex- haustion of its Limits of Insurance; or I. any "nuclear reactor'; b, resulting from the "hazardous properties" ii. any equipment or device designed or of "nuclear material" and with respect to used for which (a) a person or organization is re- quired to maintain financial protection (1) separating the isotopes of ura- pursuant to the Atomic Energy Act of nium or plutonium, 1954, or any law amendatory thereof, or (b) any "Insured" is, or had this policy not (2) processing or utilizing "spent fuel" been issued would be, entitled to indem- or nity from the United States of America, or any agency thereof, under any agreement (3) handling, processing or packaging entered into by the United States of "nuclear waste"; America, or any agency thereof, with any person or organization. iii, any equipment or device used for the processing, fabricating or alloying of 2. Any injury or "nuclear property damage' re- ..special nuclear material" if at any time sulting from the "hazardous properties" of the total amount of such material In the "nuclear material," if: custody of any "Insured" at the prem- ises where such equipment or device a. the "nuclear material" (a) is at any "nuclear facility" owned by, or operated by or on is located consists of contains behalf of, any "Insured" or (b) has been more than 25 grams plutonium or discharged or dispersed therefrom; uranium 233 e anyy combination thereof, or more than 250 grams of b. the "nuclear material" is contained in "spent uranium 235; fuel" or "nuclear waste" at any time pos- sessed, handled, used, processed, stored, iv. any structure, basin, excavation, prem- transported or disposed of by or on be- Ises or place prepared or used for the half of any "Insured"; or storage or disposal of, "nuclear waste," and includes the site on which c. the injury or "nuclear property damage" any of the foregoing is located, all op- arises out of the furnishing by any "In- erations considered on such site and sured" of services, materials, parts or all premises used for such operations. equipment in connection with the planning, construction, maintenance, operation or c. "Nuclear material" means "source material," use of any "nuclear facility," but if such "special nuclear material" or by-product facility is located within the United States material. GAI 6002 (Ed. 06/97) XS {Page 14 of 15) I 5/23/2013 1:35:43 PM C yT5 -04 /22 / 13 'TUU0189317 - 03 ORIGINAL COPY 0316265 GREAT AMERICAN INSURANCE CO d. "Nuclear property damage" includes all tion of any "nuclear facility" included with- forms of radioactive contamination of in the definition of "nuclear facility" under property. Paragraph 3.b.i. or 3.b.ii. e. "Nuclear reactor" means any apparatus de- g. "Source material," "special nuclear mate- signed or used to sustain nuclear fission in rial," and "by-product material" have the a self-supporting chain reaction or to meanings given them in the Atomic Energy contain a critical mass of fissionable ma- Act of 1954 or in any law amendatory terial. thereof, f. "Nuclear waste" means any nuclear waste h. "Spent fuel' means any fuel element or material (a) containing "by-product mate- fuel component, solid or liquid, which has rial" other than the tailings of nuclear been used or exposed to radiation in a waste produced by the extraction or con- "nuclear reactor." centration of uranium or thorium from any ore processed primarily for its "source material' content, and (b) resulting from This endorsement does not change any other the operation by any person or organize- provision of the policy. In Witness Whereof, we have caused this policy to be executed and attested, but this policy will not be valid unless countersigned by one of our duly authorized representatives, where required by law. e,t4,Q � 7 w-)*Secretary President GAI 6002 (Ed. 06197) XS (Page 15 of 15) KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1 -05 Control of Work .............................................................. 1-8 1 -06 Control of Material .......................................................... 1 -13 1-07 Legal Relations and Responsibilities to the Public................. 1-16 1-08 Prosecution and Progress ................................................. 1-20 1-09 Measurement and Payment .............................................. 1 -25 1-10 Temporary Traffic Control ................................................ 1-27 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-22 Pavement Marking .......................................................... 8-1 APPENDIX A AND LOCATION MAP .................................................. A-1 TRAFFIC CONTROL PLANS .............................................................. A-2 PREVAILING WAGE RATES.............................................................. A-3 2015 Paint Line Striping/Araucto May 5, 2015 Project Number: 15-3001 i I KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BY ADDING 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 BYADD/NG 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: 2015 Paint Line Striping/Araucto 1 - 1 May 5, 2015 Project Number: 15-3001 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2015 Paint Line Striping/Araucto 1 - 2 May 5, 2015 Project Number: 15-3001 SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5 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 www.kentwa.aov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND 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 BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 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 be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 2015 Paint Line Striping/Araucto 1 - 3 May 5, 2015 Project Number: 15-3001 it Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. 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. 2015 Paint Line Striping/AraucCo 1 - 4 May 5, 2015 Project Number: 15-3001 '.. SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: i 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 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4 of the WSDOT Standard Specifications. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside 2015 Paint Line Striping/Araucto 1 - 5 May 5, 2015 Project Number: 15-3001 such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS 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 SCOPE OF THE WORK SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda I 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS 1 AND 2), 2015 Paint Line Striping/Araucto 1 - 6 May 5, 2015 Project Number: 15-3001 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 1-04.6 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 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. 2015 Paint Line Striping/Araucto 1 - 7 May 5, 2015 Project Number: 15-3001 Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use.of private property. SECTION 1-04. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes DIVISION 1 IS SUPPLEMENTED BY ADDING 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 in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 2015 Paint Line Striping/Araucto 1 - 8 May 5, 2015 Project Number: 15-3001 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11 (1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the 2015 Paint Line Striping/Araucto 1 - 9 May 5, 2015 Project Number: 15-3001 i Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11 (2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection, The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. 2015 Paint Line Striping/Araucto 1 - 10 May S. 2015 Project Number, 15-3001 If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11 (3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. 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. 2015 Paint Line Striping/Araucto 1 - 11 May 5, 2015 Project Number: 15-3001 SECTION 1-05. 13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor I Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: : 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: Pavement Grin din and Paving at the followinq street sections: Street Location Map Key(s) 132n1 Ave. SE SE 282nd St. - SE 2761h St. 175-178 72nd Ave. S. S. 196" St. — S. 188th St. 326-327 S. 216th St. 64`' Ave. S. - 681h Ave. S. 272 S. 228th St. 68" Ave. S. - UP Railroad 317-318 S. 2341h St. 68`h Ave. S. - 715' PI. S. 258 S. Reith Rd. 381h Ave. S. - 42nd Ave. S. 578 W. James St. 641h Ave. S. - Lakeside Blvd. E. 260 Traffic Loop Replacement projects at the following street sections: Street Location Map Key(s) 1161h Ave. SE C SE 2081h St. 108 S. 228th St. @ 841h Ave. S. 324 S. 2281h St. 0 68`r' Ave. S. 317 S. 2601h St. 9 Pacific Hwy. S. 570 S. Reith Rd, 9 Military Rd. 577 SE 2081h St. 0 1081h Ave. SE 72 SE 260th St. @ 1041h Ave. SE 551 State Ave. @ Smith St. 429 W. James St. (�P 4th Ave. N. 348 W James St. P 641h Ave. S. 260 2015 Paint Line Striping/Araucto 1 - 12 May 5, 2015 Project Number: 15-3001 Citywide installation of plastic pavement marking. Project locations are not finalized at the time of preparation of this specifications. Plastic pavement marking locations may be available for distribution to the Contractor at the pre- construction meeting. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power i The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All 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 (1 A, 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. 2015 Paint Line Striping/Araucto 1 - 13 May 5, 2015 Project Number: 15-3001 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can 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. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The 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. 2015 Paint Line Striping/Araucto 1 - 14 May 5, 2015 Project Number: 15-3001 i 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. 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. i The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 2015 Paint Line Striping/Araucto 1 - 15 May 5, 2015 � Project Number: 15-3001 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that. all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a 2015 Paint Line Striping/Araucto 1 - 16 May 5, 2015 Project Number: 15-3001 '., part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these I cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. 2015 Paint Line Striping/Araucto 1 - 17 May 5, 2015 Project Number: 15-3001 I� i 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 j City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07. 13(3) IS DELETED /N ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.17 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 BYADD/NG 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 2015 Paint Line Striping/Araucto 1 - 18 May 5, 2015 Project Number: 15-3001 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. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. I 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 Nevie Jake Jerry Steele (253) 372-5368 (253) 288-7532 (425) 761-0471 (cell) (206) 391-1763 (cell) Puget Sound Energy Verizon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (253) 381-6714(cell) (425) 766-1740 (cell) 2015 Paint Line Striping/Araucto 1 - 19 May 5, 2015 Project Number: 15-3001 i SECTION 1-07. 18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. i 2015 Paint Line Striping/Araucto 1 - 20 May 5, 2015 Project Number: 1 5-3001 i 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. Spill Prevention, Control, and Countermeasures (SPCC) Plan 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 onsite work within ten working days of the Notice to Proceed Date, and agrees to complete the Contract within forty (40) working days after issuance of the City's Notice to Proceed. The City anticipates issuance of Notice to Proceed on or after July 3, 2015. The Contractor shall notify the Engineer in writing a minimum of 10 calendar days in advance of the date on which the Contractor intends to begin work. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours 2015 Paint Line Striping/Araucto 1 - 21 May 5, 2015 Project Number: 15-3001 i in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. j 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. The Contractor shall coordinate its work around scheduled events that will likely impact its Work. The Contractor shall have no claim for damages or delays for work schedule conflicts. The following are known events that could impact the work: 1 . Kent Cornucopia Days July 9 — 12, 2015 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19A 22.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 2015 Paint Line Striping/Araucto 1 - 22 May 5, 2015 Project Number: 1 5-3001 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. I The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been 2015 Paint Line Striping/Araucto 1 - 23 May 5, 2015 Project Number: 15-3001 i i 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 provided in Section 1 -04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. I SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1 . ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. I 2015 Paint Line Striping/Araucto 1 - 24 May 5, 2015 Project Number: 15-3001 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1 . Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date, 2015 Paint Line Striping/Araucto 1 - 25 May 5, 2015 Project Number: 15-3001 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 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. 2015 Paint Line Striping/Araucto 1 - 26 May 5, 2015 Project Number: 15-3001 1-10 TEMPORARY TRAFFIC CONTROL I SECTION 1-10. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with approved Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 SECTION 1-10.4(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.4(1) Lump Sum Bid for Project (No Unit Items) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. 2015 Paint Line Striping/Araucto 1 - 27 May 5, 2015 Project Number: 15-3001 DIVISION S - MISCELLANEOUS CONSTRUCTION 8-22 PAVEMENT MARKING THE LAST SENTENCE OF THE SECOND PARAGRAPH OF SECTION 8-22.9 IS REVISED AS FOLLOWS: 8-22.1 Description Traffic letters used in word messages shall be 6-feet high with the exception of the "R" in the railroad crossing symbol which shall be as shown on the standard plans. SECTION 8-22. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.1 Description This Work also consists of furnishing, and installing traffic paint upon existing traffic curbing. SECTION 8-22.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.2 Materials Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. 8-22.3(3) Marking Application SECTION 8-22.3(3)8 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3(3)113 Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. i Two Way Left Turn Line (TWLTL) A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. 2015 Paint Line Striping/Araucto 8 - 1 May 5, 2015 Project Number: 15-3001 Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap• Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Curbing Painting — Existing traffic curbing shall be painted with one full coat of paint. The paint can be applied by brush or spray on all side of curbing visible to vehicular traffic. The Contractor shall install glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear feet of curbing. The beads shall conform to the requirements of Section 9-34.4. 8-22.3 Construction Requirements 8-22.3(1) Preliminary Spotting THE FIRST SENTENCE OF SECTION 8-22.3(9) IS REVISED AS FOLLOWS: The Engineer will provide necessary begin/end control points for work sections where begin/end points cannot be readily discerned per existing permanent markings and/or newly installed permanent markings. A list of intersections where newly installed permanent 2015 Paint Line Striping/Araucto 8 - 2 May 5, 2015 Project Number: 15-3001 I i markings are likely to be encountered, and therefore excluded from this Contract, can be provided before work commences. THE THIRD SENTENCE IS REVISED AS FOLLOWS: Approval by the Engineer is required before marking begins unless other mutually agreed upon inspection and approval process is proposed and approved. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(2) Preparation of Roadway Surfaces Traffic curbing surfaces shall be dry, and within the proper temperature range prior to painting. SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. THE FIRST SENTENCE OF THE FOURTH PARAGRAPH OF SECTION 8-22.3(3)E IS REVISED AS FOLLOWS: 8-22.3(3)E Installation One coat application of paint will be required to complete all paint markings installed over existing paint markings. Two applications of paint will be required to complete all paint markings installed on new surface-treated roadways or as noted in the Appendix A. Vehicle and pedestrian tracking of newly applied striping shall be removed per section 8-22.3(6), and the affected portion of marking reinstalled by the end of the next working day. THE FIRST PARAGRAPH OF SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness Marking Material Application HMA I PCC I BST I Groove Depth Paint — one coat I spray 10 110 110 j 2015 Paint Line Striping/Araucto 8 - 3 May 5, 2015 Project Number: 15-3001 SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(4) Tolerances for Lines Length of Line: The longitudinal accumulative error within a 40-foot length of dotted line shall not exceed plus or minus 1 inch. The dotted line segment shall not be less than 2 feet. The gap spacing specified for skip/broken and dotted lines in Section a- 22.3(B) of Kent Special Provisions are anticipated to be the shortest gaps that exists. Regardless of the specified gap spacing, the Contractor shall paint over skip/broken and dotted paint lines to reasonably match the existing pattern. SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Only hydroblasting equipment will be allowed for the removal of pavement markings as called for in Appendix A. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all pavement marking debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(7) Reporting For each week that Work was performed, the Contractor shall submit a report summarizing the accomplished work. The report shall be in the same format and detail as Appendix A, for each street section painted, showing the total installed linear footage for each line pattern and color. The report shall be submitted to the Engineer by the end of the week following the Work or some other mutually agreed upon submittal time. The Contractor shall sign each report certifying that material was installed and the linear footage installed are based on actual measurements in accordance with the specifications. At the end of the Contract, the Contractor shall provide the total amount of paint in gallons used for each color and the total amount of beads in pounds used to perform the Work. SECTION 8-22.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.4 Measurement Center line, center line with no pass line, double solid line, double lane line, edge line, solid line, skip line, dotted lane line, dotted extension 2015 Paint Line Striping/Araucto 8 - 4 May 5, 2015 Project Number: 15-3001 line, lane line, reversible lane line, and two-way left-turn center line will be measured by the completed linear foot as " Paint Line". The measurement for " Paint Line" will be based on a marking system capable of simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will be made for the unmarked area when the marking includes a broken line such as center line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or two-way left-turn center line. No additional measurement will be made when more than one line can be installed on a single pass such as center line with no-pass line, double center line, double lane line, reversible lane line, or two-way left-turn center line The measurement for " Painted Wide Lane Line" or " Bike Lane Line" will be based on the total length of each painted line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line will be based on the total length of each wide lane line installed. The measurement for "Painting Traffic Curb" will be based on the total length of painted curb. No additional measurement will be made for curbing painted on both sides of the curbing. SECTION 8-22.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.5 Payment "Double Solid Paint Line," per linear foot "Single Solid Paint Line, " per linear foot "Skip Paint Line," per linear foot "Dotted Paint Line," per linear foot "TWLTL Paint Line," per linear foot "Solid Painted Wide Lane Line," per linear foot "Dotted Painted Wide Lane Line," per linear foot "Solid Bike Lane Line," per linear foot "Dotted Bike Lane Line," per linear foot "Painting Traffic Curb," per linear foot 2015 Paint Line Striping/Araucto 8 - 5 May 5, 2015 Project Number: 15-3001 i LOCATOR 2015 Paint Line Stri in /Araucto A - 1 May 5 2015 P 9 y , Project Number: 15-3001 m, x a a a I i I > I o`uo - l I I r I I ! I I "5 I r 9 I y e9 I mlm 3mz 3 � I E X E p9 E� I n � u a � yp_ III i s e m n n o s " I I a ' I I s I 2 w w w w o e i v , e o m m m m o A m w a w i z — v x edd . m c9 ^ a ,o o I e a a � m � vv I m w E 0 o e e m a � e LL 5 ss oc i � A a — d e E o � w c � n9�d � ' c� ^ » o 3 �N a I ^ a° N II ' o - E � � v e m o n e E 3 sl i - i v i d a s s =o�F�o ! I i i II n v w y I a = o s r m 0 o e —Lf+ m S I _ o : m gg i I u om I v d � E a va �e I 5 I I C 5 m n v m c v o w n < n s �y 3 6 b I E _ _ E ps m � a e r I I a w a a a e a !ila „ v a a m m ,� ' a m m m m m m a s o a � E ' � I a � r „ m d > a a p rv� e o I d ° a v `09 i [ I JA J rw° c m — a ' mw I I n 1 I n u o — " y „w I — I � � 1e ° e „ ° m „ m m „ n e I m v ry s ° I j m A 9 e � A s = g m m ry n ry w „ $ ry ry ry ry m w „ m I I � b a u a v a a n ry n rv ¢ 6 S � ry ry n m ry ry ry ry ry n a � a � ¢ ry 4 m a E ' A o m s I I i I - I v a n I a °a — d n s I _ nWa I I = I as > ti m I m _ 8� In w ga I _ m I Ana = a I gyp. 11 na � a o mn � m o mrvIILL E v q a n , e � n a _ — I n r e e n r n ry n n ry ry ry n ry n n n n a a m m m m a E o � 5 i a II � 3aa I " „ „ d � n a I L I ry - w m ry z 3gd I I ! I w 3 a 5 mmJ I d E d e e o a o e n w m a m „ 9 5 c F v 1 3 3 8 ti F E m w m o i n E ry ry ry ry ry ry ry s sz ry m ry m N ry e ti „ q I E n ry a e I I a� =�o ry ry I i I - I I y v I w ec � I 5 I I - x 0 m n q w w r ry a d9� I wv I r e w o m i g = v o N w m w P N m w 3 � d w^ e c i I N r - R N N mry w N o w H Z i F 9 E I 5 S ti ti � a m m r r m w m m m e a a �E I a N m m N w - g NIA a aIti p a r �= rzmm px b I z -c av 8 ' m e d I m c I I 1 E pp 1 w v I u= I r' u ac � n l m o i m n I u m m s ry ry s d m 3 d d I I� a = ° 309 � y� m a a q _ m c m i _� II I . m n a o = a N = e ry m e tt r m m h Y ¢ I I 9 E I � I 2 all F ' n n a ¢ a < < a c ¢ a ¢a ¢ ¢a m m m ry m m � I d u I I I 0 ILL d a „ � 30�0 w . 6„ w _ �m � s sib Imllw sl ' III I i m I c �5y� I II u � w I a v mm 9 E � I q n m I L I � I — m m n — S mlml e I r & i ' I a N _ E P 5 C„ � 3 I z o w w s Y ___ w w v, m � .n F ' ➢ q 1J 4 n � 5 .°J 9 � c w n w m w „ R z II I E b 3 $ $ s z h a s g e „ � E a a _ 3 I a E o a n ', a L i I � III j I I I 6 1 I � 1 �d yak 9 � I N e I I m m li _ v g m i w v I 3 a v a o o l e m e e e l e s w l ^ gy m 3 v I s n ' I mm z a cq 0�m I a s I � o 0 0 0 o r d N � - u •' p � r H x Y v va o w o P o � r m i o e it � III II 3 m s g 5 c „ a E a a u « n w a n a ? n e m m i I `j II I -- it v a oA aeeee � o and amm I II w iLL day i i i � s � w v = I mm _ _ Q E 2v 3v� it O u9 m E„ N e I � - I m m r n n n n _ a = _ I n e N > m m a „ IS E F s W I e NIS G II S 2 4 Z 0• y v v v 3 3 v u £ 6 .• LIE F � � v Z Z H� o v s E a p 3 I ve y I 3a _ I 1. „ _ m m n m i I I W s= ` I a � I — m e , = m n m d33 m _ e n o mx' I < a � o m me _ .q m m „ v II s s � = o s - -- d a - 3 i I kG q « A n > ¢ < ¢ a T u i > ¢ G E n I=-- n I _ n „ „ „ rT N rJ , N G v n m m m m ry n �O ^ e v i n ry e " a - r I F , F F yl - ➢ F t I jr i 3 I v d ego I "Waa I II � I of , o� c I m F � I v � e m c 3 m I u w .. E m Gn ICI '. W � 0 0 0 0 o e a e 'I sm � mm � a N E € w v a e r I I m = E i � oYo w o m a S ry .i n n m o I z y v ". vI v m s s a m s I = I 3a z�+ a�os"o a i m 6 B - s m B E a� i r eaa=� o� B L _ etc p c u � u m G E o X w o— s fl m a o m„ i w Ns� a � I c I c v 1 •• ry r u e r ry m Y 3 S g E E I 3 c 3 Qm aS 3T 3 x m m „ a A � f m ry n ry � r n n p - m = w m ti ti I E ^ e .ea a i I m I ' d sw eg c 39Sc. I I 9 � "a a s a ry s d A a = 0 o " m _ a II ! I _ o I i m a e € ! I d m= , e e E "lb � ti ti � ti r E " 0 n d w „ w w c E m V d x z I I „ P n o a „ 3 g Eas - � I m I r n w c I I s w 3vo I I I I cwo x� w a m I a g d I I SJ w m a » s v Q E s� m n w t m boa o _ I I j l I w w m w m vd a ¢' t I I 8 E Cn Ei d Yn Yn Yn U o ^ 5 . � 3ocm m u c c d 1 o I n ac o� I a o P o " m c v � & mm x a w Q a u v cE 9 ad , s9� i q m a F i o m 5 a o I n 3 a I I o a d o v ry _ ti ry e G F A m •• ••m m m n m m " ry ry ry ry ry n ry '" ry n a w n ry „ I n n n I „ „i • i ..9 o _ � _ I tl � i o n v n ^ m n m gm m c x � ¢a ry so n m F n = a — — aa I _ 8 as I $9` g x � d 3a� I a ¢ d F E a a . I o E a „9 � I s � o � I n E _ m = o E 15 9 iE 9 2 3 - ry 3 2 - N w a i a � a a n a ¢ a v e v w ➢ fi s' r > n E t a a A e 6 q S I I i r 0 W a � SA I „ aa � m $z� s eg l A ma9 I ^_ a9 e � e ; Q E c a ^ a _ a a mo � — _ E� 5 Y i ^ 0 a �o ^a I > � o 5 � - 4 ¢ 5 5 e s v � � „ 5 a - �: x Oal n m 3'aa Sd _ 3°`'" �e i '�"°auN �I '� rW d e'v � 3�e £ °3 � Y$3 � v ;e�� C � m �� � 7t - Q E _ ', K .W u _ �� zv 3apa ii u w � s_ a w N 5 A 4 E u � @ C m F _ '� 6 3—° o d a �9 e � m I 2 t E � a � 5 ID E 5 � 8 � � i �: i � /f LLI U _ o Ei' 1 m -- � Vol i sl _ 5 1]]St f 4� I E" `S9 _It_ 5s 1]9 1>]sl Lf A"1 a \ s1]e St �, _ s 19oSt _ I - St__ �/� e E o 5181 Sr j� 1B0 PI � 9)tll at m' S1fl1 SI _ N 6. r� a . 5181 P 82 at l� a 82P1 S412s1 _ ,i S 31 R,t., I`.rt'' s, I ��I'.��. �s 99 t� � 90 1 — � 1 t rn nl s 18g St _ ( J 5A4 PI 1a0 Sti 1853t 519651 BHP slog stf "airnr 518]9[ F'P,FI III e IIEI Cll `L — s l c 0 Q� �e QmL S 19" el2 S1 ,51 2 S1 N 19a st 3 \ a SeaTa c I a lghl-$t ;yi" S 19 SIYIy'W'rlu::C4. ��p Angle Lake 1 M' , + < ov� S` a � V _,..r— `— f m `� Ib", ,+• f'� i /JO,��stt!' N l _ a a s1s . � B st ' / � INS! re zoo 8tr �520291 s z I 1u lal Iz L. kfzoa st_L sioa si 29A-s— m� S205PI rv�ry m �,� w"m S 20]at ( Seatac N df J/y t,)�n i_� 111 . g . TS Za8 Il 209 51F S2U9at �� S21 st h s e19 Pl R s 2�,'_ -� 6211 St Ry] ps 211.1) \ 5212Sr Y ¢ 1 m c s z p)�� 1298 14 at szia P szv2 s I k tt \ PAGE 5(DOWN) 2015 Paint Line Striping Contract Location Map PACE 1 [:N Paint Line Location v---> Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet "KENT Produced by Pavement Manager:Joseph Arauclo S:1Pl1BLIClSTREETSIPMSIPeInl Slrlping Mapbook.rnxd Pooled:Apri12g15 +sue•+�����• '� 8 St � �w �l s xa%or_ II1� 1; l � r m C U 1>p sl FI Ix� .,n S 17. 7 I K vest so PI s I, a or_ a � t � 1 I SW h35t P l t,li Segal-Park o or 1�f �' '; � t 330 ti 329 _ — i" �1( rc q vLl -,� 162StI �s,g251� 1o¢o St { ' ".-_V. �2 �7 kill °� C7�/1i m is oats t 328 i s ta6St - fTFr II! �Be sl id 7� Y Y�S: `ti� 1,( SOI. St rn cgs VPa ti '{ r r ' '�..._/6 - .ukwtla 327 [ p / qp7 f m v �8 0 v st i j f 19331 � 326 1P 77 - I v ✓ 4 -- 16 F x m / I J Q r" W d I t.3 e.. 5739 N<111 Cry 489 a S,2n0 S,t i i �„ s tsa PI _ 3� Y jf Id 279 �� I 520261 4B8 �•v—•s 2oa st� f <`cttr_r Is��. - — ry Ab,� iRl hu a_t r �� _rn o e szee st 45( g I (/278 I _ J., j1 Hr9 l 487 } 21v51 62,t,Br, 211 61 � aR — 289 f. 303 277 322 r 1 2015 Paint Line Striping Contract Location Map PAGE " Paint Line Location --" Curb Painting Location �. 0 500 1,000 123 Map Key (see Appendix A) Ovol Feet 1000,°"" , KENT Plodu.dby Pavement Manager:Joseph Araecto5\PUBLIC\STREETS\PMSIPatnt StdpingtAepbookmxd Printed'.April 2015 v,=���a.e• V m ! Sy) fl� is 1 w, i brpp�� f � I 1 L ' 5 � 179 S� (�I f �ii3La on City.41rrk4 ,. MJ ) O\ y 1 190 sl 119 PI 455 1so SI � e�$�P_- '�i � ,r b I r SE� n / ,ers S45PI m sE toa ' 454 o _ t�,v, f �( -- -- 1S 6P45— ��q S184s Xf � p 453 a 460 Jy o` tes sl ._ . _ _SE - e PI r 166 PI _s187St 5 s 50 st C1 flisl Ou i ✓ 1p Is 51 SE 10 S aJ- 11�St { V W E I 1sp FI � IYn EI zm ` 8 0 N 3 _ 619291 451 Ft m se{, s a' 31 S m 7 tJ ,—\ j� �PAer�` _ ,1 m m {iii� ASP9bm0k Creek lsrs ss sF MS st m '< ' w s I --st (nI�99%%% Ja;`` City Of Renton �, C7 188 sf g198N a, h S 1 CCC �5-1 „/ Watershed o) y ' SE li� a a 30 9 — a �� mu 1 mK 20t s202s_t �' n ' ei r n u U FS212 sf ,c1 _. v 9(� a` m �29 nl NI d 466 203 PI {7 w` �� Ezaa sl 458 �. o a vl (I J I zsa 3 s206 s m 465 s,e' 19 y L..0-_..1 1 s� :;alai r, x EI ( xE ( 206 a1 28 37 N se znisl sE'ps pl_ r _ 6 f+.i S7 N , f 474 t l -1rua' 5210st a' liy' f on G1eek 1 �� 7 sz ovl a orkIs 5�8 473 g sE,> 27 t y P SE 31351-plimi OEM. SF 2125t O S B s 7 V s213v1_.-= d—, PAGE7(DOWN) s m LL .,e __ - ,.,✓\_ \sEz '�I 2015 Paint Line Striping Contract Location Map PAGE 3 [: Paint Line Location ---, Curb Painting Location 0 500 1,000 123 Map Key(see Appendix A) ®Feet PwdO dbyPayelnenlManagesJosephAr...to S:IPUBLICISTREETSIPMSTaIntStripingMapbook.mxd Printad:Apn12015 ^` ICENT v m `BE,-/991 JJL �6F.1803t S-1P9P y 1 180 P1 s 18031 St180P1 --"-- SE,_895t pot' SE y�SI 0 St 1tl0 Pl Q m � SE IBR PI ➢ rBn Pi SE 18461 % o �i f SE 10e Yl N f!� SEi�j ,1� SE 184P� �/ p P-I. I.1 SE 108_S_I _� > SE _189St fll J 1o6 P1 QQ 4 W l 1 SE 188 PI J1� \�P E p6 Pl l y 786S � m ''Al IIIIL J N, P SE Q y FI FP f -R1 f J SE ^a te8_N/ —PAs J NSE 1885[_ }~.. i p S S -187PI `CF g � 5SE 18( SF 169(,!N u n sL 1tl4 Pl 1tl951 19 yJ / 169 PI a (L6,E 18]SI t9o.. 0� A�(. 19 —� E,99 PI I 8 -1916 E F 19n P1 190P1 1 Y yIf i0 Bir n Renton ry :. 191 PI v 6r � eB r "'L �. m ,d s PIL v( 9a Pl�n N IN • ` IF 1985t J 9F 19361 sl m +„PI I �� '�� �66,s< ��� 59 y sE lss s�l 1 O m 9rE ¢ t99 1 Os �nJ _ N { m a' SE 19851I a 198 1 ^P 6E 19_B 51 I 198 CI 1s8 v1 SE 198 m+30 Be"111 SE2oPSt r � d SI BE II151 Mir �� s o B 3128tP/ •� �� .�..� zol st \J �! z \ 58 _ SE 202 29 .,� d� ._ •�., �m Jp � SE 9oa Pi c' 3l� Ezoasr R a sr _ EzoaPit - 1 .:Ezoa Pl "VJ9 04P \ w a 1 'a m se vaa P>� \21 �� E'ZO C UII P�C � 5 PO 1 PBS91. IL . r 1 'eBSI o i m _ pub i ' t .P 28 1E2r7sl o, A o aaR al ii i,CI 20711 294 i P w 1➢9 ei__ 57 ' 20 J.1n 2le 78 I pc^r S BL�209 i Y t_9LLD<JP -21e^I_ 21 C [9 Da �, p 9. 1 31 Srr 4 �� Fc d 6 sE z1oP 319P oPl .e°11 g c [•r� 11 " o +'aurae se ni 108 zn Pl �� f¢t„ ` 2„0, 6E 212 s1 Y�<.4 sE212 s1 IZ Pi i _ Rycc1 ? s12 Pi 7 ^• \ r ZiP E212 P1 r 6i� \sE21a.B1 x1�� +a=V? PAGE 8(DOWN) 2015 Paint Line Striping ContractLocation Map PAGE 4 N fAMMPaint Line Location Curb Painting Location 0 Soo 1,000 123 Map Key (see Appendix A) Feet 1,00 KENT P rotluced by Pavement Manages Jnseph Araucta S TUBLVSTREETSIPMSIPaint Striping Mapbook,c] Printed:Arid 2015 +�••+�.o�o. —L as oT' s a SI s 208 sc ,, + 2 r"F t 1 20951 S 209 P 92 a' s z39 sl' s2ta st z„st S2H 81 `3 s 2,2 St _____ __ —y' y 44pp s — f. (1 l M N • i261 J y Q 621J PIS _ 021401_ �b —N N N �,t N F 1 , h my �z Q N 296 S 216 St a c zl \ tl Q� R tii ii �� N { �� 2� 5 22(I St S 21S 22115fg S 21 9 Si iii` '�� a n 9no28Q /` o (�tIJ1 390 l G Jp! t 22p St r � 22Jm t tl s z2zst 1 r pp 1 is u-, s22�st I Y m 1 t t .._ „ N �� s zz3 st G�rU22� 3PI 2as1 • it � .. HzirS I - 22 �� . 622891 dt ll r II `Ai t N Q M 11 }rL a 1q III ,W^JL r 822B sr it N alo. r.rr I 99 .;'! / 227 PI r, a �� z2a St 0I aaos g i Y'. 2a6 5 E 50 r s 13g3 »zs• �V�m s23251�� 232 Mkt' �a sl C y t ANpS y it 11 2: s zaa stst �� 1( —.-SZ3451 ��. ➢ p �t. F OF 59Z � 4 a —/ 66 .15 253 S z40 St k King • 11 5• a � — J Uri; � . � � � Ir 1 l,'I �IKry � Ni $99 "� P4P 51_Es•3_ ei �l cOUnfySJZS P 5327 5j6 S243St s 243 St S244 St I ry ^ - ITV r ti _r._ 524451 S 244 5 -j t� S2i051 j� —.-.I ' � 245 Ct 1 S 244 PI N u API 590 8216PI 6325 (t r Ion.+L 245 c1 � N _ a' sz4e PI �' :; s2 PAGE 10(DOWN) " `V aeol� N�6 2015 Paint Line Striping Contract Location Map PACE 5 1 [: Paint Line Location Curb Painting Location I, 0 500 1,000 123 Map Key (see Appendix A) RMEElr=Feet .-'_ KENT Produced by Pavement Manager:Joseph Araucto S:IPUBLIGl3TREETS\PMS1 .mt Strip,Mapbook.mxd Printed:Apd12015 — , �_ Q,..,��I _ -- - - sme stst j 1 } szaz ce 1 437 278 s2an sr . \ 211 1 r�2Cv 289 1/��i✓ tl !+ . � � v�Y III( 1 L 891 _ S217Sr 9 s219 St -- — —278 1�1 � fi J Green River �a'- =AI ZI 3� i EohtanIceme'nat{ N �• 322 ,��! Are� �� j f Lower 1 _ s 224 sc s 224 St 321_.___ T - 1!' :If - _ V r 5 YL6 PI _ 22111 D t —X11 304 N m IFL; m m w 0 ft(�I a r 52� s231Sr 268 1 - ! g�l 3p ir / 284 F',•' ��s,y2 l ^ i �= 1 N }4 J3 ' � n\ i �F ;;� 52335 1 �� „'y ))A 11 "f5` �..� 265 308� .-+ m a' 1 P ^.IC, 1 ,�: - �- '� / c e1 _w Dole s1 " tr 0!$r` r 75, T /v� We Sry 17 `g k"��J - rn In I]�7 T �� yykm susl . 8444 3H vrsam 61 Y J . 1. � 9 o rn �6mlth Stl � ro �,6 N 344 tN t+ r� 0 1 410 rcm'N ��ivrp �_" z an PAGE 11 (DOWN) / 206!207' 2015 Paint Line Striping Contract Location Map PAGE 6 N Paint Line Location = Curb Painting Location 0 500 1,000Feet 123 Map Key(see Appendix A) 'KENT Produced by Pavement Manages Joseph Arauctc 51PUBLICISTNEET5IPMSWaint S[1ipNg Mapbook.mrtl Printed:April 2015 'u•�•�.o.�• zm st m de I t; P7,- it, 474(,-i G!aek, e I Odv'san-_ t rfk `� 473 0 J SEzli sle5168 N t 6T Y _`_, a A, s e ve - (/� s�21xm �I SE212St .- v a^ re 27 s213 PI ', tn� � �1 s2mm nP zoP� I S SE 234 216St k a c0 x,eat -0vse ztv t 216 St4g1p Ex19s1 ed —E -- .a s a z PI P zePl °n C�' o Ir .. 8220 P 1z9 _ 2 l �J 12 t ;, sl 622291„_� -A � t ss22st 5 222 rz29r 25 0 9 157 �A 127 l `i, s _ wq °e4 w 's �-I T L11J VI m 26 - 3....t d F 41 a 155 -xzsp us 199 1� w 125 `--- x Sl'a �G SE2'ISt a1 n 226 St BE (� 123`\.= �` �J— N N 5 .,�810 ro ro m �� (� se_aev �e .p� 80 22o Rt zse st_ sE_ W 8� 722 e` m 154 rvr o 22 �� 0 266 f 1 i O���-..s 112. 230 S � 121 Orr, F Z �r E o � e � i -- , h� ___ i a 'E 232 St f. ra 1'S `� N k l c 485 153 1 129z 1 — 1 � --� p� t � 120J —a— > IS o 'I! 1 99 PI 2111 9 6E PIfiF ///CCC sF _T S 29G PI / 152 .__ +. P9 Sf 29fi19 61 V I F— p Z < 6 52315 !—a�zpal qg��ry �' S114 444' �q of — sesryL.— 151� 118 zsas 1st _C 441 t a szaP st .r-za9 Pl ]R w .�i - `. tc3 440 _ �- —10567 443 2 150 ' s rz e PI av ,r,,:1 1 t _� SE 240 St 1/ �i 4530 Ea El `448 524o St r145 "' smo lI s _ 111 1 Et lams, 149 e+ zu st 1 ' u c la Va 148 144 r i�, 49 Pi ayr r W 52i2 st SL 291 PI 1 a a PI ° Lm.""Ent s 2aa1143 116 a 1 yt 429 N k �T .: ... st 11 m 5E2q[s w �en s II n1ti srl.ly .. 147 La N N 368 421 "71 0 1n t ..1244.-423 11 m n o y_ w „ z rn 430 -1,1 ,413 ry v Qq as zaa P1 _ 115 �`2�`D _ t� 431- 1 �� �` PAGE 12 (DOWN) 14215P1 Sf 37A EA 4 447 2015 Paint Line Striping Contract Location Map PACE 7 Paint Line Location ;.., Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet Et I <:I Emirby Pavement Manadev JosephAraucM 51PURIJG\STREETS1PMSiPaintSMping Mapbook.mxd Printed:Apri12015 n. O;PAGE4(UP) s 2o]PI ill . AL m�El 2A4 ! 2ov sl_ 57 ;m 782 S x.,9m 203 a9 ` 'y S o9p Enfe Mir y o saclm Y !, F a LfOGI u d f0 _ BE 210f 21P FI el ' ( xt ,5 JJJ r. �9ER„6, fi 2 E �05 Lm x11 P1 Q211PI Bex,2 Sr 1 tl 19 PI _, PI SF 2?291 1 r<t¢ 1� C PI E21x P1 .x1361 x x E21A 5120.2 kil IL tv 22 1 PI �1!l l .d �1 x�iPlrvl Jy16 W I f f Be 7 6-. fisi v SE216St cry I -E sE z,6s �� zn201 j 9E 21]91 �� �a n' � � rip � 3E 91B 51 f w. 1^ „� = 6E31136 � � 107 w I 17. p]el / 6E21PP] 200 J _— 6ExV Pl 5 7 Ir �pVj �64 0E P t 4 6E 219 PI /..,LC coil ( ] IPF I-�'' • SE 214 PI Y --• Fr r l 106 % E 22o rv�/ 9E223 PI V �� G_ lti 22 sf �105 199 ! 0 6EMof 2 c ` S o y xzl x°� se 229 st N° '� AA, II liar � 1 — F: n . sew _._SE M PI _ Ivl zz6flr lSE 22S >n PI r sE 225 s1 r a r,n x. SE 224 St y 104 w �m j Q B1�'S 1266f eP I� la 7 '_(}- s_�% �+ zz„sl IN i;'R"-, \ 198 _ ! lj{ U 9°I �II "., x'�104 I r BE zz>PI — , st.. 4s�3 t3 T Sr 22]PI on Pl 103 .c U,7..I m `ac— sL229e1 xxeF YSE2'2a a a` T sE2 aal z 197 ��102 __a o 1 h \. e>3 sue. zao s, TT" r Iry _ r 2a1 s1 C f I fw 5 xsuP � v Fzap sf � f i � 101 ,� afn�� 196 —=sl �1fr oc� sr za,P } s c _ f $axaxs` sEx� 4 r \ of PI _ 195 w �. .— ease 399x �t1�t 194 9 � Asa 2aa sf P2aG61 Lake Jolle 98 v enl.V -zans SE zap sr '(., SE z3e F / 97 2 / BE 23. SI \' v � 493 __ a 192 193 % 6all 1 23fi .P B� 7 t 98 2i>a! I 6E 23]61 zatl' 23]PI 9�P492 6l'2i]rFl�� .—T 23r P� •�\ ,9 50 sV \ 95 0 a -"191 r_ m �a m — �PJ 9� a wP r- iU l�oPl a w 497 0 safe' i iB E241P1 � 94 _I 2ue sf 491 199 S61 0�� y J E2g3 lrx11 �1 �� Sri S m m e mim�1m m d'� - sE 2ngs ClarkLake ,�J xna Pi yz 61 _S (DOWN)... it 2015 Paint Line Striping Contract Location Map PAGE 8 Paint Line Location ti..-...i Curb Painting Location Omm 0 500 1,000 123 Map Key (see Appendix A) ®Feet KENT Praduaad by Pavement Manages Jo6eph Araudo 5:\PUBLICISTREETS1PMSiPalnt Striping Mapbook.mxd Printetl:Apri12515 , sE 216 S1 1 fr_ ',. I SE216 St I !: SE 218 Sr t SE 220 St '1 t w u: 222 s1. N N a n 224 St - -� y m . m y sE z2l St,-- r n ` eE eee sl } I l 3} 1 r =9E_2325t t6E25a s1_ c9, SE_2 PI 212 SI t W I o 234 51 1A SLLdA'�I — --- i :k o E 23=3, _ SE 23551 S 236 i ` — 6E 29fi 81 SE 236 St 23 m Ham Lake v1 � ,ill, — oco � a97 11 e,a I I-T zn v � 5� oP PAGE 14(DO WN) LI 21015 Paint Line Striping Contract Location Map PAGES Paint Line Location —,..<._ Curb Painting Location 0 500 1,O00 123 Map Key (see Appendix A) " KENT Produced by Pavement Manager'.Joseph Araucto SAP OBLICIS THEE I'S1PM195Wdint Striping Mapbook mxd Panted April2015 -- - PAGES(UP) N r 1 m 5 Ct 1 s242s1 �� `r N S Q S22SI � 591 y r oun 327 h h mi _/— s 243 sr n 516-- M °r 52435t I L s 244 sl sz4a st - `I I L 11 12aaSt s144P1 m 'za4 El � I — 245 e 245 pi 5325zz ` r LA60t y 6245 PI 1 _ m 32, � ¢' S 246 PI i a N h IQ 11L "v 599 i I11 hh 5 52465t�' IY ,I It � t. 524II St_ S249sr 5340 q s2go sr IA I' P.N. N y.a _L-- �` -o vti e a a 4 902 /r —— �_s 250 51 y v251 PI 5 251 St '✓r �1 1 �m m w - ¢ 25�PI 4� Pva /� S' �; ( rbn•583 _ 525151 m a I ^PFnI: c- 1 ezfi_ { ' 825_ _St 7� vl Pi 262 Elly 5252 PI �� 2R-1 ¢'szlx= 411 26g et zca sL � s s (` 25a pl lift M1 0. 3 ua4y z sa a s m YI � m 589 6256 S 8257St 251 J�� m a a 256 Bl _ V y 1266PII �' a 2-P 1 N r 2FI91N _.t " 579 a66s1 . . _ �� G 25pP 19� m Jy9 I `` m o Y F� of t P5a � .. 2 652EOL p 29051 S260S1 3t t Efl 261 p 7 G61& a y)Y PIS J d \�� _.— W a] I IM _S 261 PI S %j S 262 pl I— N _ S 262 St a s269s1 s x64 P, O LLn 11_c\ 9268P1 / 11 N � wQ EA Y� Q. 3 � u v pi rvv c Tel n ry� e�p 587 d c „e6y6 a 568 ( + a� m /x a - s no sl y / ✓1 N Cb19� ¢' �� v "-,._ice z1N f 62/2s e S273 St �al a L G m OU y 272$1 I S �C in n{ s a s4� ', — ,,ns s_274 9 276 st S Lake % tsr 1 - - 4s91ar ZIPI 2015 Paint Line Striping Contract Location Map PAGE 10[:t Paint Line Location -1 -'- Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet KEMT Produced by Pavement Manaeec Joseph Arauclo S'.1PUBbIC1STREETS\PMS1Paint Striping Mapb.ok.mxd Printed:Apr112015 q 57 oo,y�.�_ PAGE 5 (UP),I..s2rs1 N z� � 265y6I Jt ( a 1 l m+`— r. I. 48444 61 II F F N m LN Smith St t ro N N 410 344 r ,g j It e, t N 9 2rI c , 207 m v 409 rSt m r3331 w „ 50 az4aPl L2 43 3 Ffir ¢ �¢ o L r N < a / ` m - V�� ws 403 378��aer 371 � am, 401 0 � t 38( wln r1 ml ym ral m 0 2srP 583 'so Mom U r �`.. �j /�\V 8r �ro i ¢ srr .379 R M1.0 PI 341HIM r , �� _ � 1777III�JIts?sa oI �ill � y t � r Ir zss 57 375 369 � ! t r �az,ekfl ,34 `. 1 I � sevl 584 m T �r 1 t S 261 S; 'k V srLu v t i 368 ft Of c p I �\ ( IaI 94 II 52d93t ` -� 339 > S N I r v a rt S27291 h of in I i r ,h tar La �;:.�—Rom-.-. .:��.--�—� PAGE15(DOWN) i, 2015 Paint Line Striping Contract Location Map PAGE 11 F41;;Paint Line Location „—fiA Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet KENT Produced by Pavement Manager:Joseph Araucto S:1PUBLIC\STREET6IPMSIPaintStriping Mapboak.mxtl Pdnled:April 2U15 vn•. e+e. ti&l 5114 1 444i PAGE 7(UP) y se zao Pl Cz�_ A a>yP 10�567 443el 150 =I _ r F 48 1 a 442 ';.,...��. _..� .. 8 n b a • Fi 1 `�' 4530 - 446 5 240 St 745 -� SE 240 St `I _I— 392 ed 't --_P1149 —�i s. Iel Ija r .I,I �G� ,.-�_�� ..,. < rl illd, r Iti r T Y z �_ m ll ,' 148 {I szaz si 144 9E 261 PI azci 143 116 a {I SE 2nn�st al w�TFu rl 429 FI {H N a rF �E Ih6 IrPLf SCWM _ 421` o N 244 St 147 Fr m _ ,C�3� - 1 rr 413 �,N �—�_._ szaa Pl 'i .:I\115 �M-2 `o P vP 390 m ro 447 142 y g 4 w eo' sx<p x 1113 er 373 146 424 z lj 71, 3 A3 1 z2 5 434 co o m co o r uGi y3771� 383 wr Em GPI a it mi'1g een\co , 515 a v 379 �z - sam 561 ;� v� se 2sy si a' v s E ¢ .cio a psi II p 4 9C 250 PI a x� anleVe ECM1 a 9: _ __ O, m_ 2 �� N t P .�.— ¢ 0 25251 262 PI 25111 li b.c., ch-11 6 rc Etnu,el5t @E HII Ilk St8 ry621 ��� L t� I �o S Od N $E 254 PI 2! 1 Q 369 �` rnab�s� a 560 \ �' o g ` ) P �Ioel i a' I oo > � a _._. Nj N alopi U. — N - 27st aG ^JCLE -,L y17, n_CLIyy6 m M rn p' 2tiu P,l_ V 0m 4 5 cPr,. 1 1 1 1 r� T c?+aZ.. ... ----....:�r Liu nl yam.. �J i>ts uoPi S m /i a l 1 w O '�,�5 � e, 1 q _sal S�P � 5�— sex84 st 557� " rtrn 01 368 Mir / Pl 4m s P -21 sl Ik a t by 5e 270 PI i nnG 61 \ i+, T� N SE N 11 �%r f ` QL n27l BE2 ? �- � � SE2»P, 1n.�1� o_ l�l E2 t °' E2. ' Kln Countee N y i P 550 tom`•—.. �_ �.�..—.� / �I � bUm� 4 r ITI GE 16(DOWN) 2015 Paint Line Striping Contract Location Map PACE 12 NPaint Line Location ..... -,,, Curb Painting Location 0 500 1,000 123 Map Key(see Appendix A) Feet Produced by Pavement Manager:Joseph Araucto SaPU6LIMSTREETS\PMS1Palnt Striping Mspbook.mxd Printed:April 2015 ° " KENT 96 '49e .., PAGE 8(UP) sczar v. � nn. m u,nw r� oz 2 � �aP t 50 e 1 v ,91 A Pw 95 s- xu P i m - a m I m m 57w 1 1 11 aE241PI 94 "`:' —r 491 , s �s BE x4asl 190 BMi 0a N�aN I—C� uL4 I { f sE 244 sl v Clark Lake ¢' 14111 f r J _ 5 r 93 189 rz`( 4 P z''S, 24651 � i1 vn,PIP 186 A` ,.ALL �Y�<C `.yd6 Pl I n 6,J + 2r651 i FI E12 IT:RY E2475 _ rn ,r¢__ m 490 p z 1.1 I;.DV 'LLGI' (O t➢ [9 IZW N 1 W N. Nm a a rl PI It ' rC 1 )t I v L �yy Czas cl ¢ m - 92 o I: i J 4a _ t :F sor n4 E J zo Pl o lul n 18J �sE zed Sl_ ro G.rcm. ° 2y, w 25� '[51 PI 211 d 91 87 P y 251 PI 261 9E 252 FI 9F a5.5t—�P 777 1 a ss, 514 90 rIS I .?'� ` Q y a� �xs 1 P J s mrzm rzsa si o� �a IIIrI- f 1 ,p w JP Q sE 2rd P1 a -- ly_ `Sersa Yl `gma 14I z145, 186 25s. 55 PI zss.el 1— m B9 e ro St o sl 185 f :i m m 2a5P1 26a PI f N N ry N y m N C V s SE 2m sS 88� �.zs r, .:k! N �s EP. _. E D .� Min aes � L re s a sr 513 5 urn d� v 1l 184 ® 250 m� vE 25B..1 m 1 a " a_512 C�2ha xea, `�� 1 zsv Pl s �zwe; 5 D -`.�_ Pz1_ ��25-9PiT=� `I e ,`A� 335—7 W F H.2`\•y6O 9E 2MP[ 2605t �T �� hl Y S6hL l V n/ v 2 s_509 s 2m al r �`V 1 547 87 rv�� 508� I 1 Pln 961 St SE zGd sir 183 l\, za4 s, .,aE' n 507 M` za3 P1 — i h i 182 aEY65`'� 264 P1 �MA591 ¢ sPl 505 \\ z s, zea� jf L sE m'e ^ p " L rz 1 i << 2b63t s�. 2r711 an s,�a 83 ua: nn 515 n ry St f zcn sl 545 �zssm . 1''1 2 - , - — - , 1• � rz.o _zro si a — ss % "Jill 6 I se z>1 s, 82 �� zzz sl 516 ` -�zaz 8 se n,P1J aS sEZI2 Pl r sr 77)N \ « E2 N ¢ra Pl _ 336 ' �w w BE zza�, u 1 r m m nn 41 sees r [rylasv ��180 ��• 14 6E 2 173 �49, �� � 274 WY a a zzss, fn4stse va v J \ 1179 w BE Be si 522 517 - " r '._ se ins s, ' se2zso PAGE 17 DOWN)_ s17A rriv Ct gas P1 zze sl 2015 Paint Line Striping Contract Location Map PAGE 13 N Paint Line Location Curb Painting Location 0 500 1,0moml 0 123 MapKey(seeAppendixA) Produced by Pavement Manager:Joseph Araucto S%PUELlmsrREE I S\PM8%Pelnt Striping Mapbook.mxd Printed:April 2015 11., :e=o. "'- �•`oG f' y PAGE 9(UP) )a 407 ~� a a w SF _ � N 2q -�?p/ ON N zF e t Q � \ 9E 2fl 5 ) King County Covington ,o _ ^'— —•- —1 �SF ao e'i Y I Irn i. a e a n P se 25t sr SE26,Pi \ i PI P� r i --- 260 Pi 252 P1, - - - - _ 152PI J 5 OI U J 255 PI}_ S`- 0 � E 2565Lo 504 �. n ? a 265 5t > r --523 BE25]PI ;IL'E P?h ti �.--y56—.�'• '�l� 1flJIII OL m 250 St 1 5EI100,- ) m z m SE 260 St v a fi 524 psi . / _J SE262PI 'a :r a t a i uv Pl SE 263 St i -1 SE 2642t \s�zb. S��s� eE6n —..—_._ -_—_ i' SE3_e4St_ r 1SE PbJ FI 62616 In .1 pi 525 6 zae a_ z a e66 a 2L_8 SE y _ crr, / re a r 5;-, �� N IP, IN, .•I o __ Lo rxlr ,,r 2lfaa gP m v N 'N 338 N � ., 3^^' 534 N a 1I[ r mu 75 �� A w w �� 3E273PI �'a9 �� d rea 527 — ves f viA i� " 'a _214 I 'w^s 7avPs_ 532 nyr'��.. a 4 � m 27,SS ?rc 0 SE 275 PI �-'— 535Q aE 2rs Pi aE nb l y 528 ro�^ / 631 o r PAGE 18(DOWN) u.,y° g 0 ocTc, 2015 Paint Line Striping Contract Location Map PAGE 14 N [: Paint Line Location Curb Painting Location 0 Soo 123 Map Key (see Appendix A) a �a KENT Produced by Pavement Manages Joseph Arauc[o S1PUBLIC\STREETSlPMSIPaint Striping Mapbwk.mxd Prinletl:April 2015 a.=-•������• s zagi n�N N 1 339 � 594 N y W x/5 eha ? iir 4� . S lar Ld ��N ry .r . e S 277 S � f" 3279St e �w bfi I � S28231 � I +I rt King Count -; •-- ----- -- — —• —'Auburn n 3285 St528551'- 286 s 2N9 Pl t 2o9 11 ._ AS 29n PI l a F 291_PI / y Y 29251 J S 292 St_ 0111 I i LU it IN ii 2015 Paint Line Striping Contract Location Map PACE 15 [::tN Paint Line Location Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet °ENT Produced by Pavement Manager:Joseph Amuclo SA nPUBLIC\STREETSIPMS\Pai SMping Mapbook.mxd Printed:April 2015 ""'YP~K a( \ iPACiE 12(UP) 9E270 PI 1� �i'Fzrasi�'k 653 < < 549 T y�j 1-a SF W 9 \F V r i l�Y y m 2 Kin Count �'• ' •'_ .�..__..+moo r --550 %. ]s v Auburn n ry IrzF U 11 2/9 SI' jA 4 J v i L. mica COLT ty -1 -- I SE 284 St a ttt7i�1,g Q � aPINW 1 t _ (tt� fi 40SINE aso st 'i m � CZ7 ; ' ki w a V] I ry 2015 Paint Line Striping Contract Location Map PAGE 16 N Paint Line Location - _•-, Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet KENT Produced by Pavement Manager:.laseph Araur.Io S:\POBLICISTREETSIPMSIPainl Striping Mapbook.mxd Printed:April 2015 ���• ���•�� concor � 236 PI 485 S 235 PI ,r'' -St _ _W Cole St - s Z�� � > Z / Q > a Q ¢ \ 5114 CO a f - k- s 265 (V 444 A! / I-:I 1 ER —.- -... W Clr dy St z zz c > m \i �. a4z 10567 34 a J = I 4 � 4530 r- ryh) r �roti ' d W Kent StaSt 8444 392 't` �` .'�t Cedar St; I C N u 'r iij 'r i iL 1 �i* n amsaj/� > - Ir I" m iOneer St `r IZ v < > z z Tempera St . '44e --Q rt✓ I cmlllan Sh 29O WFF _ ; Smith St Est t ar, U x E rth St o a10 � . 439 az1 413 N � I Q N F I 366 St t t L• 447 - p p 384� t 374 - tpg ` 431 422j .r 409 m eC St,� N 390..>L i,' . N g N Y •C L 1 . IL 363 q 366 432 O=if1l 373 ` 389't 423 v 1 txll r m m GDW6_ Sr 424404 382 372 388 364 433� aC0 Lam[ > I,t H_€c;r_ _ma St_ g �` r ti > .7 FI n 434 Qi o m m r` � J1\ v v oV Dean t 'Cherry Hill '*v r 403 378 381 '371 387 z \ W Saar 363 m m m E Macl n St n -a ^yam v oo m C m 377 380 m n ¢ d ., 370 386 00 Q E Guiberson St W WIIIIS St 11, '<' Seattle St nI r v , 386 o P f l 379 ¢ > E Seattle-Cro t iii __ Russell St < `'� �`� Raphael PI > y > o> _ o m Clearview (� c E Chicago St.1 1u 1 a I to M 1 „ Y >-_ - - U)U� a' - J ` > --- t- .� Chicago St 0 E Laurel St p Waterman St Q e Morton St o - D N o > (p r to 375 E Hemlock St a Overlook St ( Carter Carter PI J E Filbert W Zvi 369_ -MadOn-St -- - - m �I r-� E EWa � w m 2015 Paint Line Striping Contract Location Map DOWNTOWN ammN Paint Line Location --,- Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet = .1r ,,__-'� KENT Produced by Pavement Manager:Joseph Araucto S:1PUBLICISTREETSIPM3Wain1 Striping Mapbook.mxd Pnmted:Apn12015 1­­1.To, \ N I 3 i A � 1 m r m' e¢`yt 3E 264 51 it � ?A •�_�..�.---.�-�_.�..—..—�—��..—__—..—.�.�._—. — ', Slim 4 1 r A y � N \. p k�r rm i F F. i 5E 2JG 51 ° Maple Valley P,� i •..' � p it, sF 2015 Paint Line Striping Contract Location Map PACE 19 N Paint Line Location <r>*a Curb Painting Location 0 Soo 1,000 123 Map Key(see Appendix A) SENSE::=Feet Produced by Pavement Manages Joseph Araudo 5:\PUELICISTREETS\PMSTainlStriping Mapbook.mxd Printed:April 2015 �•�_� ���+ PAGE 74 (UP) r ti 338 270P F 534 W na i �,5E 2]S PI y � yrl� N / S1 v nay 527 a75 PI PI s n� 'P 635 Pi s a`wy 528 2 fist /6 PI 3)6 SE C7 ya 176PI 1rr t 536 2832 PI 529 } _ 7 PI _ �tf� �' '}/" S�� /- t s Eva t 530 nx ! -/� _ \ r N St ?9PI !+ l �27 9 PI P ( F O9 PI No Pi - I/ ,t nxt sr 537. Al Pi N 531 7 `. EMh .✓:� 5,4 - � E 538 sE zee Pl o-sy I `•� �/� -, 539 1�211 Co / y. �P540 SE ilia � P 2e7 st � 5e, w sl ) 5 �.„y�•ie t BE P886Y /��C/P m J e� e /5 . fr z O st �� J m }j/ SE 291 PIJ l t� C 8E.29991� (fit i ro/ w pry , f � s r f � � �a 2015 Paint Line Striping Contract Location Map PAGE 18 Paint Line Location -m-*- Curb Painting Location 0 5®Feet 123 Map Key (see Appendix A) m "KENT Prod aced by Pavement Menegec doaeph Areuete SAPUBLIMSTREE'I WNI&P AN Striping Mapbank-mxd Printed:April 2015 ��enos / 'gyp np sl o0 I PAGE 13(UP) \ �� 545 zrzn 181 E2/1 vl E 2)15t sEv_rl_ a a i 2zzP�2 N 336 ti 516 \ n W SE 215e e na st s PI �.--- p � � � � Q Q SE2>d 51 _ E 274 WY m srs sl n s. s -Y V�s, SE 2P4 aY'' E 517 se If '� a nr 179 in _ .'• SL 2]S SL _ SE 2]551 Q Q( 2P EEPJS\(/, II SE PBII C P y851 R]6PI 2e9t f l Al q[u l.v." nit 522= f PI 2"PI 3E 278 St z, 518 sc �s V"sl ro P u u IF 11 v-� dal �j & has ��A. 177 li I y a . 519 � z 176 seesa Ezaos E2ap s,( a T SE zeo sl eE aaa cl SE 28 _ _ znu vl N 1 St 626 _ sEzersl — 176 el�^ 3 281PI . g Auburn City Limits 20a e f m h 2Lt I� SE 28451 �� .._— _SE.2P,451 £ / SE 283 PI r( _-SE 285 St_ 5 fi` in fJJJJI 8E 28881 _ � SL 2116 PI 174 N W ti I Auburn ��yy sE zaew -_- SE 288 St 6,-- �sE zos sl �' 'd n bal eePPaPI — — x SE t PL__— `a$ (7 - 2 '�-- 15� p t dal i 121) J291"I \ a eE2aeP._ \1 I3 SE 2.Ii WVJn i \I SE 2PX 5 _ l='� 111111 fI 1 in 1t[F N I+ Q Q l 9E 20 6ER , WjC N '� hj r ! UI \, E3o01M1V se 5 s, ♦ r `r ; d y sal se m2 s �5ac f PI � SE„3,Q¢St mow..•.---=--,-,—�- �' � I a�� �s�` T � s�� �� m s 1 E �t 2015 Paint Line Striping Contract Location Map PAGE 17 Paint Line Location •> Curb Painting Location 0 500 1,000 123 Map Key (see Appendix A) Feet " KENT Pmtlucetl by Pavement Manager:Joseph Areucto S1PU9UC15TREETSIPMStPelnt Stdpino Mapbook.mxd Printed:April 2tl15 •••=����a�a• T AFF I C CONTROL LA S r ' I it 2015 Paint Line Striping/Araucto A - 2 May 5, 2015 Project Number: 15-3001 i �a I LEGEND ( �'V SIGN LOCATION WORK VEHIGE--� (TEMPORARY MOUNT) TEMPORARY TRAFFIC 1 CONTROL DEVICE (CONES) 0 ARROW BOARD s Cf-1ANNE'y17A.(;pt9 DEVICE � (FLASHING CAUTION) SPACING (FEE-1) � y � , t ;;EPER TkPiisFNi' i� PROTECTIVE/WORK � VEHICLE DISTANCE i - ROAD TYPE BETWEEN SIGNS A B UR9AN --- —' a 25 v 1APt3 200 FT 200 �F-1 I �� itROAN STREETS j RESIDENTIAL & BUSINESS DISTRICTS 3a0 FP 350 '} 35/ACC 1APN PFOTECTI4AE RURAL ROADS k _ URPAN ARTERIALS 500 PT 500 FT i I i 45/55 MPI•I .., '.., FEET[MINI.;U TAPER I_FN PI GTi-1 =-L ARROW BOARD !I (FEET) � 0 (FLASHING CAUTION) LANE LVIDTH POSTED SPEED (44PH) I ( T) 25 130 135 140 145 10 €05 '150 205 27=.3 4,50 A 11 _ 115 165 225 295 495 _., LANE 12 125 160 245 390 540 CLOSE "AD HEAD e RDAD SS2T "'ti3 1 . - C WORK AHEAD i_ AEA.SIGNS AND SPACING SHAM (;0*01W EA W20-1 TO 74C MUTCD AND CRY OF KFHT .- S"PECII CA' 01K 2. PRIORITY PASSAGE THROUGH WOR1 AREA I I. FOR RAERGENCY VEHICLES SHALL BE PRO41,1 D AT ALL 'M&S, 3. PRUIE IIVE VEHICLE VAY OF A WORK VEHICLE, 4, DEVICES(IF NEE'DLO) SHALL IN(T C1.rSACH #INTO ADJACENT LANES, D, ALL SI S 48"x4fi" 8J6 Laos OT IIrr"T SPECIFIED. 11 CHANN41ZATICM DE-MCES 4F ,'TOED) ARE STANDARD "f:AFEIC CONE& 3. ALL SPACING MAY Hf ADJUSTED TO AGONAODATE AT CRAW WIERSEA ITONS AND/Oi2 ORIVFA+A"ri [ rx :11.3"HT AFFECPE) RLSItGEH'iS, SCHOOLS Cf) BUSINESRES 7 CALENDAR DAYS PNLIOR TO aTART OF FROJECT. ---- ---- - 2015 PAINT LINE NT STRIPING PROJECT CITY OF KENT sc E NS EXHIBIT ENGINEERING DEPARTMENT mTE 1MYSm5 SHORT I LEGEND ({ YZ SIGN LOCATION l�1ChC VFtlSt"''-`` (TEMPORARY MOUNT) ® ARROW BOARD (FLASHING CAUTION) CHANNELIZA'rlON [XVECE: PROTECTIVE/WORK SPACING (FEET) VEHICLE TAPER _T�,P}GENT 1U 10 1JISTAP;CE ', ROAD -[YPF. T'E:TW::EN SIG}d5 A B URBAN 2;i/30 htmi 200 FT 2200 FT URBAN STREETS RESIDENTIAL, & UStNESS OES"€'RIOTS 3. } FT 350 Ff s51�0 FAPI-3 —PROTECT]VG/SHADOW RURAL. iiCltE)5 VEHICLE UREIRN .GR'TERlA.LS a00 F7 56a ri' I ARROW BOARD (FLASHING CAUTION) MINIMUM TAPER L-FNGT1< :-i.. 'FEET) I LANE WIDTH POSTED: SPECD (ifPF-1' ,, (FT) 25 30 35 44 tg �' 10 165 15a 705 2I0 450 "rt 115 16:i 21b 795 455 12 125 1 taa 1245 1320 1-4'a USE SIGN SHAPE AND LEGEND APPROPRIATE TO THE TYPE OF WORK S'Elt RA{ �O_T _ 1, ALL S18OS AN'D SPAUNG SHALL CONFORM TG 'DIE MUTICD AND CITY OF KEIiT 2, PP 10'il1Y PASSAGE THFOIXI! WORK i-P F4%EF:C�NCY V 1CLC'S SHALL BE PFQr .I �n AT ALL TIMES, 3. P?UTECT R VS110 E MAY CIF. A WAK j 4�litC#.1, I 4,, FINCES OF NEEDED) SHAts. NOT ERMACH I i BITO A;)JAC£f=tT ONES, 5, AtL SIGNS 4eX4e 3f0 UNLESS Oiil['i2<itl. G. 114NUJI.lA10I DEVICES (IF ?e lPF.D) ARE S fAMPARD TRAFFIC CONFS, 7, Afl SPA,"iRG MAY BE ADJUSTOD TO I AWCQM OD A1I AI' CRADC MTCRSEt;rl w AO/Oil 01zWTYMY3. f3. ALCBI Al'FE TO) RESIOEIHTS, SCVPolS AOD Slihlti SSt.S 7 CAIUM)fie DA1S 'RIGt2 ------------ T{} 'TA}` OF PRo r.r, 2015 PAINT LINE I I STRIPING PROJECT x1 N 9' CITY OF KENT scA E Rs __ M IXHIBR ENGINEERING DEPARTMENT DATE IMY 2015 MOBILE PREVA 1 L I NG WAGE RATES 2015 Paint Line Striping/Araucto A - 3 May 5, 2015 Project Number: 15-3001 Page 1 of 17 I I State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 5/4/2015 Count Trade JobClassification Wa a HolidayOvertime Note ' King Asbestos Abatement Workers Journey Level $42.67 5D 1H King Boilermakers Journey Level $64.29 5h 1C King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level. $51.32 5A 1M .King Brick Mason Painter-Caulker-Cleaner $51.32 5A 1M King Building Service Emplovees Janitor $21.29 5S 2F King Building Service Employee s Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (in Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.321 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers Et Tenders Diver $105.37 5D 4C 8A i King Divers Et Tenders Diver On Standby $59.50 5D 4C King Divers Et Tenders Diver Tender $54.82 5D 4C King Divers Et Tenders Surface Rcv Ft Rov Operator $54.82 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers lAssistant Mate (Deckhand) $54.33 5D 3F King Dredge Workers lBoatmen $54.75 5D 3F Page 2 of 17 King Dredge Workers Engineer Welder $55.791 5D 3F King Dredge Workers Leverman, Hydraulic 5D 3F V_ $56.92 King Dredge Workers Mates $54.75 5D 3F King Dredge Workers Oiler $54.33 5D 3F King D rvy Journey Level $52.32 5D 1 H King Drywall Tapers Journey Level $52.37 5P 1E King Electrical Fixture Maintenance Journey Level $26.59 5L 1E Workers I I King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 X 4E ,King Electricians - Inside Journey Level $62.30 X 4E ,King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Sh�o Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction I King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator 'King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction 'King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powertine Pole Sprayer $63.97 5A 4D Construction I 4dD King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 $8 1 - King Elevator Constructors Mechanic $82.67 7D 4A King--- Elevator Constructors Mechanic In Charge $89.40 7D 4A King Eqtji0_tej Precast Concrete All Classifications - In-Factory $15.90 5B IR Products Work Only ,King Fence Erectors Fence Erector $15.18 1 'King Etaggers Journey Level $36.17 7A 31 King Gtaziers Journey Level $54.91 7L ly King Heat Et Frost Insutato4-,And Journeyman $61.18 5.1 is Asbestos Workers King jjg2tjn Equipment Mechanics Journey Level $70.37 7F 1E King Hod Carriers Et Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King inland Boatmen Boat Operator $54.57 5B 1K ht-fnc-//fe-irt-rP,zr MIA c;la n i r; Page 3 of 17 King Inland Boatmen Cook $50.951 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K "King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 Of Sewer &Water Systems By Operator Remote Control King Inspection/Cleaning/Seating Grout Truck Operator $11.48 1 Of Sewer &Water Systems BY Remote Control King Inspection/Cleaning/Seating Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer li Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer £t Water Systems By Remote Control King Insulation Applicators Journey Level $52.321 5D 4C King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed King Laborers Airtrac Drill Operator $44.00 7A 31 1King Laborers Ballast Regular Machine $42.67 7A 31 King LaLo-rerl Batch Weighman $36.17 7A 31 King Laborers Brick Pavers $42.671 7A 31 King Laborers Brush Cutter $42.67 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) King Laborers Choker Setter $42,671 7A 31 King Laborers Chuck Tender $42.67 7A 31 'King Laborers Clary Power Spreader $43.46 7A 31 King Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42.67 7A 31 ,King Laborers Concrete Placement Crew $43.46 7A 31 Page 4 of 17 King Laborers Concrete Saw Operator/core $43.46 7A 31 Driller King Laborers Crusher Feeder $36.171 7A 31 King (Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking 8: $42.67 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger s $42.67 7A 31 King Laborers Diver $44.00 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 King Laborers Dump Person $42.671 7A 31 King Laborers Epoxy Technician $42.671 7A 31 l'King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller Et Bucker Chain Saw $43.46 7A 31 King Laborers Fine Graders $42.67 7A 31 King iLaborer-s Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 King !Laborers Gabian Basket Builders $42.67 7A 31 King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker £t Transit $44.00 7A 31 Person King Laborers Grinders $42.67 7A 31 King ,Laborers Grout Machine Tender $42.67 7A 31 King (Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King ILaborers Guardrail Erector $42.67 7A 31 King (Laborers Hazardous Waste Worker $44.00 7A 31 (level A) King (Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King 'Laborers Hazardous Waste Worker $42.67 7A 31 (level C) King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.461 7A 31 King Laborers Laserbeam Operator $43.46 7A 31 `King Laborers Maintenance Person $42.67 7A 31 King La o—re rs Manhole Builder-mudman $43.46 7A 31 King Lahorer5 Material Yard Person $42.67 7A 31 ;King Laborers Motorman-dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air Ft Water On Concrete & Rock, Sandblast, Gunite, j; Shotcrete, Water Bla King Laborers Pavement Breaker $43.46 7A 31 httnc//fnrtrecc_iAra_nnv/Ini/mianalnni irn/nrvV1/analnnL-iin acnY S/di?nl r; Page 5 of 17 King Laborers Pilot Car $36.17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Retiner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 King Laborers Pot Tender $42.67 7A 31 King Laborers Powderman $44.00 7A 31 King Laborers Powderman's Helper $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20") $43.46 7A 31 King Laborers Sloper Sprayer $42.67 7A 31 King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper a Similar Electric, Air $43.46 7A 31 a Gas Operated Toots King Laborers Tamper (multiple a Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer $43.46 7A 31 (lagger, Shorer a Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 ;King Laborers Track Laborer $42.67 7A 31 King Laborers Track Liner (power) $43.46 7A 31 'King Laborers Traffic Control Laborer $38.68 7A 31 8R "King Laborers Traffic Control Supervisor $38.68 7A 31 8R King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.461 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 31 Sg Worker 54.01-60.00 psi Page 6 of 17 King [Laborers Tunnel Work-Compressed Air $81.52 7A 31 8M Worker 60.01-64.00 psi King ;Laborers Tunnel Work-Compressed Air $86.62 7A 31 8g Worker 64.01-68.00 psi King La orer Tunnel Work-Compressed Air $88.52 7A 31 8� _ Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 `. Tender King Laborers Tunnel Work-Miner $44.10 7A 31 8MC King (Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.46 7A 31 ;King Laborers Well Point Laborer $43.46 7A 31 King Laborers Window Washer/cleaner $32.87 7A 31 King Laborers Undergi ound Sewer General Laborer & Topman $42.67 7A 31 I£t Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 A Water King Landsca e Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King iLandscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King !Landscape Construction Landscaping or Planting $17.87 1 Laborers King ,Lathers Journey Level $52.32 5D 1H King iMarbte Setters Journey Level $51.32 5A 1M King iMetal Fabrication (1n Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King ,Metal Fabrication (fn Shop) Machine Operator $13.04 1 ;King (Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modutar Buildings Equipment Maintenance $11.56 1 King Modutar Buildings Plumber $11.56 1 King iModutar Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modutar Buildings Utility Person $11.56 1 King Modutar Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pite Driver Journey Level $52.57 5D 4C King Plasterers lJourney Level $50.421 7g 1R httnr//fnrtraec %AIa nnv/Ini/ nianalnnlnin/nrvlA/analnnleiin acne C;/d/1J() 1r, Page 7 of 17 King Playground Et Park Equipment Journey Level $9.47 1 Installers King Plumbers Et Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operator's Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P '1 King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P 'King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operator s Chipper $54.75 7A 3C 8P -, King Power Equipment Operators Compressor $51.97 7A 3C 8P "King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Oaerators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. 'King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) 'King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3C 8P Page 8 of 17 ....._.............. Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power E ui went Operators Crusher $54.75 7A 3C 8P King Power Equip rent Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) King Power E luipment Operators Derricks, On Building Work $55.24 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power EqUiDment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment 0 erp atars Gradechecker/stakeman $51.97 7A 3C 8P King Rawer Equipment Operators Guardrail Punch $54.75 7A 3C 8P King PQWer Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump :$54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Eauipment O erp atars Horizontat/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards King Power E ui ment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment Operators Locomotives, All $54.75 7A 3C 8P King Tower Equipment Operators Material Transfer Device $54.75 7A 3C 8P King Power Equipment Operators $55.79 7A 3C 8P httne- //fnrtracc wn nnv/Ini/uranalnnUiin/nrnilA/analnnLnn acne r/d/')nl1� Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power E uipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P f finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power E uipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution &Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Mantifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P 20 Tons Through 44 Tons King Power Eouip_ment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P King Power Equipment 0 erators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equui ment Operators Pumps - Water $51.971 7A 3C 8P King Power Ea ipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Betlman $51.97 7A 3C 8P King Power Equipment Operators Rollagon $55.24 7A 3C 8P '. King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8-P " King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials King Power Equipment Operators Roto-milt, Roto-grinder $54.75 7A 3C 8P King Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $54.33 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P +, Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P i Page 10 of 17 King Pawer Eoui ment 0 erators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power Ee�uipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 _ Metric Tons King Power Eaujament Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King :Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P ; Over 90 Metric Tons King Power Equipment 0 erators Slipform Pavers $55.24 7A 3C 8P King Power Equipment Operators Spreader, Topsider Ft $55.24 7A 3C 8P Screedman King Power Equipment 0 erpMors Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.331 7A 1C 8P '? King Pawer Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Oporators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type 'King Power Equipment Operators Trenching Machines $54.33 7A 3c 8P !. King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P '. Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P Conveyor King Power Equipment Operators Welder $55.24 7A 3C 8P King Power EguiDment Operators Wheel Tractors, Farman Type $51.97 7A 3C 2P King Pawer Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C I 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P ',Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P I jj9derp round Sewer Ft Water King Power Egu pment Operators Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer a Water Concrete King Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer a Water Equipment King (Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer a Water King Pawer Eeu_pment Operators- Bump Cutter $54.75 7A 3C 8P :Underground Sewer a Water hi-fnc• //fnrfracc WA nrni/Ini/inianalnnhiin/nnr1AlanalnnLiin acne S/d/,)ni r Page 11 of 17 King Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $54.75 7A 3c 8P Underground Sewer & Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8PJ Underground Sewer 0 Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P ' Undereround Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer Et Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P h Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer 8 Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $54.75 7A 3C 8P Undereround Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer Et Water (power) King Power E ui ment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $54.33 7A 3C 8P Underground Sewer Et Water Page 12 of 17 King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine _$54.75 7A 3C 8P Underground Sewer &L_Water King Power E ui meat O erators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Power E ui meat O erators- Finishing Machine, Bidwell $54..75 7A 3C 8P Underground Sewer 8: Water And Gamaco Et Similar Equipment King Eower_Eguipment Operators- Forklift: 3000 Lbs And Over $54.33 7A L _8P!J�pderround�Swer t Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer 8: Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer 8: Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer ft Water King Rower Eqgipme2it Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Hard Tait End Dump $55.24 7A 3C 8P Underground Sewer Er Wa-ter Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tait End Dump $54.75 7A 3C 8P Underground Sewer 8: Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer ft Water Operator King Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer &Water 10 Tons King Power Equipment Operators- Hydra[ifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer ft Water Tons And Under 'King Power Equipment Operators- Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P it Underground Sewer Et Water But Not Including 8 Yards 'King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Undergr ound Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer p: Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer 6: Water King Power Eaui ment 0 erators Material Transfer Device $54.75 7A 3C 8P !Underground Sewer Et Water King !Power Equipment Operators- Mechanics, ALL (leadmen - $55.79 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power ment Operators- �Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer ft Water finishing hH-nC' I/fnri-rnCC AAIM Q 1A / )r)I Q Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing King Power Eauj�ment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P '> Underground Sewer a Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer a Water Distribution a Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer a Water Manlifts), Air Tuggers,strato drKing Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer a Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer a Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer a Water ;King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Undere ound Sewer a Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P + Underground Sewer a Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer a Water 100 Feet In Height Based To Boom 'King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer a Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And BeRman $51.97 7A 3C 813 Underground Sewer a Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer a Water Materials King Power Equipment Operators- Roto-mill, Rota-grinder $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer a Water 45 Yards King $54.33 7A 3C 8P l Page 14 of 17 Power Equipment Operators- Scrapers - Concrete Et Carry Underground Sewer a Water All I King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C Underground Sewer &Water Yards And Over King Power EouiDnnent Operators- Service Engineers - Equipment $54.33 7A 3C 8p Umde__rground Sewer 8: Water King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer Et Water King Power Eq—gipment Operators- Shovel , Excavator, Backhoe, $54.33� 7A 3C 813 Underground Sewer a Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer &Water Over 30 Metric Tons To 50 Metric Tons King Power Equpment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 813 Underground Sewer Et Water Tractors: 15 To 30 Metric Tons —King Power Equipment Operators- Shovel, Excavator, Backhoes: §55 79 7A 3C 8P Urde_rg_rQu_n_d_$ewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 813 Underground Sewer & Water Over 90 Metric Tons King Slipform Pavers $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider 8: $55.24 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $54.75 7A i—C 8P Underground Sewer &Water King Power Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer Et Water Height, Base To Boom King Power Eguipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P Underground Sewer ft Water Height Base To Boom King R2ASIr Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer a Water Truck Type King Power Equipment Operators- Trenching Machines $54.33 7A 2—C VP jUnderground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8p Underground Sewer a Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, FarmaLL Type $51.97 7A 3C 8p Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A X 8P Underground Sewer a Water King Power Line Clearance Tree Journey Level In Charge $45.75 Trimmers ht+nc-//fnrl-rocc IAIa 1A f)1 1Z Page 15 of 17 King Power Line Clearance Tree Spray Person $43.38 SA I 4A Trimmers 'King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics ,King Residential Brick Mason Journey Level $51.32 5A 1M 'King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.14 5D 4C Applicators King Residential Drywall Tapers Journey Level $52.37 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.301 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 L King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $51.32 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E King Shipbuilding Et Ship Repair Boilermaker $39.82 7Zh/ 1H King Shipbuilding Et Ship Repair Carpenter $39.24 7T 2B ;King Shipbuilding Et Ship Repair Electrician $40.16 7T 4B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $61.18 5J 15 King Shipbuilding Et Ship Re air Laborer $40.19 7T 4B King Shipbuilding & Ship Repair Machinist $40.181 7T 4B King Shipbuilding Et Ship Repair Operator $40.111 7T 4B Page 16 of 17 King Shipbuilding a Ship Repair Painter $40.16 7T 4B King Shipbuilding & Ship Repair Pipefitter $40.11 7T 4B King 5hipbuitdin4 ft Ship Repair Rigger $40.19 7T 4B King Shipbuilding & Ship Repair Sheet Metal $40.14 7T 4B King Shipbuilding Et Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding €x Ship Repair Trucker $40.03 7T 4B King Shipbuilding Et Ship Repair Warehouse $40.08 7T 4B King Shipbuilding € Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers Ft lnstaUers Sign Installer $22.92 1 Electriclp King Sign Masters a Installers Sign Maker $21.36 1 {Electrical} King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical) "King Sign-Makers ft Installers tNon- Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $42.41 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X _ _ Protection) King Sta6Re Rigging Mechanics (Non Journey Level $13.23 1 - Structural) King Stone Masons Journey Level $51.32 5A 1M King Street And Parkin Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor King Surveyors Chainman $53.81 7A 3C 8P King Surveyors Construction Site Surveyor $55.241 7A 3C 8P bKing Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside King Telephone Line Construction - Telephone Equipment $36.96 5A 213 Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King :Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside hffnc- //fnrfracc inra S/d n1r. Page 17 of 17 King Telephone Line Construction - Television $25.89 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside 'King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $37.79 5A I Finishers King Traffic Control Stripers Journey Level $43.11 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $49.85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) jKing Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrfpation Pump Irrigation Pump Installer $17.71 1 Installers King Welt Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers Benefit Cade Key—Effective 3-4-2015 thru 9-1-2015 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 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 TLVIES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage, All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shallbe paid at three times the hourly-rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten(10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid atone and one-half times the hourly rate of wage. All howl 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 he paid at double the hourly rate of wage. J. The first two (2)how s after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked.on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 I 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 horns worked on holidays shall be paid at double the hourly rate of wage. Q. The fast 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 shalt be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day)shall be paid at one and one-half times the hourly mate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the I employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday,Friday, and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the horns of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any li 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 drying that workweek.) All hours worked Monday through Saturday over twelve(12)hours and 0 hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONL-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage- U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday than Thursday or Tuesday thin 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 1N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 3. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday, or outside the normal shift,and all work on Saturdays shall be paid at one 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 the applicable overtime rate until such time as the employee has had a bi eak of eight(8)hours or more. '.. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 15%over the hourly rate of wage, All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 horns 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 homy 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. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week('Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. '... B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established, On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rote of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2) times the straight time rate of pay. 4 Benefit Code Key— Effective 3-4-2015 thru 9-1-2015 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole strictures and steel transmission lines,switching stations,regulating,capacitor stations,generating plants,industrial plants,associated installations and substations,except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other hours worked Monday through Saturday, and all horns 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 thm Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week, and Saturday shall be paid at one and one half(1%)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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,and Christmas Day (6). J. IIolidays: New Year's Day,Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day(7). 5 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 5. K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas, And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day, And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. 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 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Years Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, Day Aber Thanksgiving Day, Christmas Day,And A Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays:New Year's Day,Martin Luther King Jr. Day,Presidents'Day,Memorial Day,Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day, And Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day.. Presidents' Day, Memorial Day, bndependence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). 6 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 6. Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holidav Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday .And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. if any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day; Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a 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, Iabor 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. Cr. Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,Tl Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which f, .s on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday 11 be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day,Memorial Day, Labor Day, Thanksgiving Day and Christ as (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. A, which falls on a Saturday shall be observed as a holiday on the preceding Friday. i Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day,Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New 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 Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day(10).If any of the Listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day, Christmas Day,The Day After Christmas,And A Floating Holiday(9). If any of the Listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays:New Year's Day,The Day After Or Before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,and The Day After Or Before Christmas Day. (10).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 8. C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' 41.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional 51.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0,75,Level B: $0.50,And Level Ct $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: $1.00t 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 Snit$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.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washngton, Oregon,Montana,or Idaho. This classification is only effective on or after August 31. 2012. S s�v Agenda Item: Bids - 9A TO: City Council DATE: June 2, 2015 SUBJECT: 2015 Paint Line Striping - Award MOTION: Move to award the 2015 Paint Line Striping project to Apply-A- Line, Inc. in the amount of $185,771.00 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: The 2015 Paint Line Striping project consists of refreshing 273 miles of lane striping and 7.5 miles of painted curbing within the right-of-ways throughout the City of Kent. This is an annual routine maintenance activity performed in advance of the fall season. EXHIBITS: Memo Dated May 26, 2015 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This project will be funded out of Business & Occupation Tax funds. I REQUEST FOR M"OR'S SIGNATURE Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW PEPAR"f-M➢fN Apt oved py D;1ector Originator: Joe Araucto Phone (Originator): 5664,, `-� Date Sent: 4 b6/, Date Re aired: 4 ''Ght L` Return �S�ed ocument to: Nancy Yoshitake Contract Termination Date:40 working days VENDOR NAME: Date Finance Notified: A ' AL1n8 (only required on contracts 6/2/15 [pp y - 10 000 and over or on any Grant) DATE OF COUNCIL APPROVAL: Date Risk Manager Notified:N/A '. 6/2/15 ` (Required on'Non-Cit. Standard Contracts A reements Has this Document been;Specificail Account Number: R20110 Authorized in the Budget? @ YES'',�NO Brief Explanation of Document: T The attached construction agreement is for Apply A Line to install paint striping over existing lane markings and paint existing curbing on city streets. For additional information, see the attached Council motion 'sheet. All Contracts Must Be Routed Through The Law Department (3This`,5reWtq'b�e c plated by the Law Department) Received: ,, Approval of law Dept. Law Dept. Comments: Date Forwarded to Mayor: .aI ; , Shaded Areas To Be Completed By Administration tali Received: — - - I Recommendations and Comments: F . . C14..- ` $t.r°,`"�Yti{ --' '`i ^,t`"V!{3icf3 , rty ,tr eft Mov (Disposition: C ' C i rta4 C ) c Date Returned: aG cnlF C .ng1Re0Ve.rfot Miyors.+gnai,_dos