Loading...
HomeMy WebLinkAboutPW16-185 - Original - Stripe Rite, Inc. - 2016 Paint Line Stiping, RPM Relacement and S 208 St Permanent Signing - 05/05/2016 / / r / / ,/ // �✓ CO ✓ r s Mal"' ' /,,, /r KEN T WASHINGTON /,,� Document CONTRACT COVER. SHEET' This is to be completed by the Contract Manager prior to submission to City Clerks office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Stripe Rite, Inc. Vendor Number: JD Edwards Number Contract Number: P VVki This is assigned by City Clerk's Office Project Name: 2016 faint Line Striping, RPM Replacement & S. 208"' St. Permanent Signing Description: ❑ Interlocal Agreement El Change Order ❑ Amendment ® Contract 0 Other: Contract Effective lute: Date of the Mayor's signature Termination bate: 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: $278,037.00 Approval Authority: (CIRCLE ONE) Department Director Mayor rcity Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing paint striping over existing lane markings, painting existing curbing, repimacin raised pavement markings on.o y streets, and instailing _....... permanent signs on S. 2081h St. As of: 08/27/14 � <: � � ( � � � ; w i � } � � % Q Q 6 � � � q TAB I NDEX Tab 1 Bidder's Package J Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents J Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Appendix A, Locator Map and S 208 Street Advance Warning J Improvement Project Tab 7 Traffic Control Plans J Tab 8 Prevailing Wage Rates _J _J _J J -J CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2016 Paint Line Strimping RPM Replacement and S 208 St Permanent Smigning Project Numbers: -153001 BIDS ACCEPTED UNTIL April 12, 2016 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. 0�'WAAAA PUBLIC WORKS DIRECTOR S. A ............ of C 4"A �A 11"3/15/2)016 ""v\ KENT Awww'o�44 WASH 9 N rTO N BIDDER'S NAM 2016 Paint Line F� CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL, PROVISIONS FOR m RPM Replacement and S 208 St Permanent Signing Project Number: 15-3001 BIDS ACCEPTED UNTIL April 12, 2016 FOLLOWINGBID OPENING IMMEDIATELY DELIVER TO CITY OF T, CITY HALL 220 4th Avenue S., Kent, WA 98032- 895 TIMOTHY 3. L.APORTE, P.P. PUBLIC WORKS DIRECTOR KENT WASI-iINLn T 0N .J ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Appendix A, Locator Map and S 208 Street Advance Warning Improvement Project 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 April 12, 2016 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing Project Number: 15-3001 The project consists of installation of paint striping over existing lane markings and painting existing curbing and installing replacement raised pavement markings on City of Kent Streets, and installing permanent signs S 208 Street as detailed in Appendix A of the contract documents. The Engineer's estimated range for this project is approximately $274,000 to S308,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call )oseph Araucto at (253) 856- 5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper 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/procurement. Copies of the INSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 511io of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 22"' day of March, 2016. BY: . ; Ronald F. Mgpre, City Clerk Published in Daily_Journal_ of Commerce on March 29 and April 5,__2016 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date �-d3 ~ /L, This statement relates to a proposed contract with the City of Kent named 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing Project Number: 15-3001 I am the undersigned adder or prospective contractor. I represent that - 1. I have have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. 3IL4,e� I . NAME OF BI DEER BY: SIGNATURE/TITLE <SY �►� �F &A-m n Pr, (A-,A `?93c10 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2016 Paint Line striping&RPM Repl/Araucto 1 March 22, 2016 Project Number: 15-3001 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I ag a to fulfill.,th five requirements referenced above. By: e) For: Title: Date: �DB I <<o 2016 Paint Line Striping&RPM Repl/Araucto 2 March 22, 2016 Project Number: 15-3001 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2016 Paint Line Striping &RPM Repl/Araucto 3 March 22, 2016 Project Number: 15-3001 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, 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 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing/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. By: For: Title: Date: 2016 Paint Line Striping&RPM Repl/Araucto 4 March 22, 2016 Project Number: 15-3001 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that 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 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing/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. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT 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. 2016 Paint Line Striping&RPM Repl/Araucto 5 March 22, 2016 Project Number: 15-3001 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 4506) $ a,Soo o° WSDOT LUMP SUM Per LS 1050 8-22.5 442,000 Painted Double Solid Line $ U•IZ $ S,;tOLIO !E KSP LN FT Per LF 1100 8-22.5 660,000 Painted Single Solid Line $ 0.10 $ (oro loflo KSP LN FT Per LF 1150 8-22.5 170,000 Painted Skip Lane Line $ 0,09 $ 13,600°-� KSP LN FT Per LF 1200 8-22.5 1,100 Painted Dotted Line $ 0,50 $ 330 Co KSP LN FT Per LF 1250 8-22.5 135,000 Painted TWLTL Line $ o, 12. $ l(0,Poo°� KSP LN FT Per LF 1300 8-22.5 40,000 Painted Wide Lane Line $ o. n- $ goo a? KSP LN FT Per LF ' 1350 8-22.5 130,000 Painted Bike Lane Line $ 0, a $ 15,bool o KSP LN FT Per LF 1400 8-22.5 40,000 Painting Traffic Curb $ 0.7f7 $ 3C),wo0 a KSP LN FT Per LF 1450 8-09.5 140 Raised Pavement Marker $ ZgoL $ 4o6o w WSDOT HUNDRED Type 1 Per HUND 2016 Paint Line Striping & RPM Repl/Araucto 6 March 22, 2016 Project Number: 15-3001 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1500 8-09.5 20 Raised Pavement Marker $ 32.4 1211 $ b,+go !q WSDOT HUNDRED Type 2 Per HUND 1550 8-21.5 1 Permanent Signing $ I1,55o60 $ t,550 6° KSP LUMP SUM Per LS 1600 1-10.4(1) 1 Project Temporary Traffic $ r(Sbo $ '1,5oo°° KSP LUMP SUM Control Per LS 1650 1-07.15(1) 1 SPCC Plan $ q 119 $ qq� °= WSDOT LUMP SUM Per LS 1700 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 $ 2rl?,03S 2016 Paint Line Striping &RPM Repl/Araucto 7 March 22, 2016 Project Number: 15-3001 CITY OF SCENT 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: 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing Project Number: 15-3001 Subcontractor Name �iulc Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 2016 Paint Line Striping & RPM Repl/Araucto 8 March 22, 2016 Project Number: 15-3001 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing 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, venti►ation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: N IS Plumbing Subcontractor Name: aA Electrical Subcontractor Name: � ./L------ L{�- 0 8 i Signatur df Bidder en Date 2016 Paint Line Striping& RPM Repl/Araucto 9 March 22, 2016 Project Number: 15-3001 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. 2016 Paint Line Striping&RPM Repl/Araucto 10 March 22, 2016 Project Number: 15-3001 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: .C � NAME: P, ADDRESS: �.vn n� , �A�• a83�� PRINCIPAL OFFICE: tY1/LP� CASUei ADDRESS: PHONE: 3. 8�3 •� � FAX: 253, 9'63, 3 120 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. G✓ t�o�_ 1.2 Provide your current state unified business identifier number. �Oto L(w0 g 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically suffic'ent 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). 2016 Paint Line Striping &RPM Rep]/Araucto 11 March 22, 2016 Project Number: 15-3001 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your or anization been in business under its present business name? 3Z Y�S 2.2.1 Under what other or former names has your organization operated? is A 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: LIl17/1 2.3.2 State of incorporation, �Pr 2.3.3 President's name: 2.3.4 Vice-president's name(s): N/14 2.3.5 Secretary's name: 2.3.6 Treasurer's name: N( 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: SIR 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified t do business, and indicate license numbers, if applicable. �eneK,,�s�- C6h-tra. 2 ST)U Pru !.)-( SM 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. "Ler m.ck.r- 4Ar , �c.��'bI �O QLCeI - 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? VV��II 4.2.2 Are there any judgments, claims, arbitration proceedings or suits�O pending or outstanding against your organization or its officers? 2016 Paint Line Striping & RPM Repl/Araucto 12 March 22, 2016 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?Afo 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.) A/0 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. a Le eC 4.4.1 State total worth of work in progress and under contract: OJV� 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. Ct-6(v, 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. Q � 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: ZrGGt- i�- 8�` w 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: -e- 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: 2016 Paint Line Striping & RPM Repl/Araucto 13 March 22, 2016 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). 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 day of , 2016. Name of Organization: WtID� t� By: tfcy�- Title: 7.2 5�-V6, , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. nn Subscribed and sworn before me this day of 1�JC� , 2016. Notary Public: cmmi— My Commission Expires: ,?F� d�U i i A B\\p -Z OF WASH 2016 Paint Line Striping&RPM Repl/Araucto 14 March 22, 2016 Project Number: 15-3001 Department of Labor and Industries STRIPE RITE INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC STRIPR1121 JM UBI: 601-048-084 Registered as provided by Law as: Construction Contractor (CCO1) -GENERAL 738 STRIPE RITE INC Effective Date: 4/14/1988 1813 137TH AVE E Expiration Date: 4/17/2017 SUMNER WA 98390 STRIPE RITE INC Page 1 of 1 ytA STATI OF WASHINMON Department of Labor& Industries Certificate of Workers' Compensation Coverage April 8, 2016 WA UBI No. 601 048 084 L&I Account ID 477,182-01 Legal Business Name STRIPE RITE INC Doing Business As STRIPE RITE INC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 4 of Year 2015 76 to 100 (See Description Below) Workers" Account Representative T4/STEPHEN TASSONI (360)902- 4819-Email: TASS235@lni.wa.gov Licensed Contractor? Yes License No. STRIPRI121JM License Expiration 04/17/2017 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51 .16.190). https:Hsecure.lni.wa.gov/verify/Details/liabil ityCertificate.aspx?UBI=601048084&LIC=ST... 4/8/2016 Employment Security Department WASHINGTON STATE Tax Rate Notice ESD number: 000-635143-00-9 2117 UBI number: 601-048-084 STRIPE RITE INC _ ® 1813 137'1 H AVE E Mailing date: December 30, 2015 SUMNER, WA 98390-9645 If you want us to review your tax rate, the law says you must send us a request in writing by ® January 29,2016. �-- Your tax rate for 2016 will be 5.72%. Your new tax rate is lower than last year. 0 Your tax rate is a regular taxable employer experience rate calculation. 0 CD 0 bUnemployment Insurance(Ul)tax rate based on experience 5.40°" CD You pay tax on an UI social cost rate 0.30% b employee's wages only up to the UI Trust Fund solvency surcharge 0.00% 2016 taxable UI limit deduction(This deduction reduces your rate to the maximum rate.) O.M' wage base: Subtotal of unemployment insurance rate 5.70% $44,000 Employment Administrative Fund(EAF) 0.02% Total of the above tax rates 5.72% Your tax rate for 2016 is based on the follovxnng benefit charges and taxable wages. Experience Year Benefit Charges* Taxable Wages** 07/01/14-06/30/15 $271,765.25 $2,928,834.31 07/01/13- 06/30/14 $277A96.87 $3,224,144.32 07/01/12- 06/30/13 $289,601.84 $2,892,439.60 07/01/11 -06/30/12 $371894.18 $2,818,991.29 Total $1,212,_758.14 S11,864.409.52 — 0.102218 Benefit Charges divided by Taxablc Wages equals Benefit Ratio Based on your benefit ratio,you were assigned rate class 40. *Benefit charges are your share of unemployment benefits that we paid to_your former employees. **Taxable wages are the total amount of your employees'wages on which you paid taxes. Please contact us if we can assist you. To learn more about how your tax rate is determincd,please visit esd.x a.�,)ovitax-ratcs. For tax rate questions and corrections: For account questions: Employment Security Department Employment Security Department Experience Rating Unit AMC Olympia (Seattle) P.O. Box 9046 PO Box 9046 Olympia, WA 98507-9046 Olympia, WA 98507-9046 360-902-9670 360-902-9202 fax 855-929-9243 800-794-7657 fax ID 1028(12/31/09)EMS 174 Tax rate notice 6 Rate Notice: \VA\Yorkers' C'om tmsrauior7 TFJIS IS a. + I 0 . $ f eparx d t of Labor vOaL facer sand IR7�iustri�s r�1 �J 1 , 2016 �i97 T January w ra = r ty pi vp 9t:"04-aratl SILL o _ .-+ July 1, 2011 - June 30, 2014 -a 12-03--15 c� - -r 601 048 084 32 policyholder � M ca - ea 1000 STRIPE RITE INC 1813 137TH AVE E G77, 18 -01 3528'9583 O'Ncis SUMNER WA 98390 ca c CASSAtNDRAt SMITH Ln (360)902-5632 What went into calculating your 2016workers' comp rates? 1 . Change in L&I average 'base' rate: 2% general rate increase for all 324 risk classifications. 2. Changes in industry costs: Changes in claim costs compared to premiums collected for your industry ( "risk class' ) in which some or all of your employees worked. 3. Your Experience Factor: Based on the medical , wage replacement and disability benefit costs for worker claims on your account, during the experience period listed above. Find 12 tools to enhance safety and control costs at WWW.Lni .wa.gov/controlMyRates Pay your premiums online:www.Lni.wa.gov/QuartertyReports Need help understanding this notice?Cali your account manager at the phone number shown above. Have a payroll service? Send them a copy of this notice. r r,,' N P Elmo i "'.� Y� F Y � � flu y,k��d� 'V✓Y�` �� pnt� ��tt � ",.�, e�fk�..��^u ♦ n M 0210-00 Asphalt Paving Roadways 1.6461 0.6387 0.0246' 0.0952 $1.76765 $0.33605 $2,1,037 0212-00 Asphalt Paving NOC 2.1651 ' 0.9047 ' 0.0323i 0.0952 $2.33805 00,45505 $2.7931 0214-01 Concr Curb/Sidewalk - Roadways 2,2491 0.9031 0.0336 0.0952 $2.41100 $0.45490 52.8659 0219-01 Read/Park Lot Striping NOC 1.6196 6.6435 0.0242 0.0952 $1.74655 00.33795 $2.0845 0504-06 Waterproofing NOC 2,.7990 1.5130 0.0413 0.0952 $3.1578o $0.723.50 $3,8813 1105-01 Str/Prk Lot Sweep & Pt Toil Sv 1.2527 0.6279 ' 0.0185. 010952 $1.41810 $0.32870 $1.7468 3404-06 Siren Mfg, Fetal - No Install 0.6644 0.4327 0,0097" 0,0952 $0.81780 $0.24000 $1.,.0578 4900-00 Superint/Prof. Mgr - Const 0,2883 0.1145 0.0043 0.0952 $0.35'O05 $0.09925 $0,.4493 4904-00 Clerical Office NOC & tlraftsmn 4.0281 0.0212 0.0004', 0.0952 $0.08,140 $0.05700 $0.1384 4911-00 Construction Estimators 0,1013 0,0566 0,0015 0.0952 $0.16095 $0.07285 $0.2338 5206-79 ' Contractors Peru Yard or Shop 0.6273 : 0.3160 0.0093; 0.0952 $0.73465 $0.18905 $0.9237 711,6-00 Tamp Help Flagging Utility Svc 0.8205 ' 0.5399 0.0120 0.0952 $1.00120 $0,28760 $1.2888 1.0000 This is the Withhold this On the A a - .8647 .8697 employer's amount from; Quarterly contribution employee Report,the t©workers' pay for each employer will camp coverage, haaar'they rnuRiply this work.it is their number by the Base 2015 2016 contribution to hours`worked What's an experience r`aCfcaP" Factor Factor Factor werkers°crimp to calculate ,See hack for an explanation coverage. premiums. F225-004-000 110-2014] PAGE 1 OF 2 CN: 120,320 Hours or units. Rate Notice: WA Workers'C'on1 ae,nsation THIS 1S C� State of Washington NOT January 1 , 2016 0 . 8697 Dopartment of Labor and IndusIries PC)Box 44140 GCS Qlyr-npia.°VA 98504-4140 BILL+ 12-03-15 July 1, 2011 June 30, 2014 r%a C? ,-+ 601 048 084 Policyholder ca STRIPE RITE INC CD 1813 137TH AVE E 477, 182-0189583 o` SUM'NER WA 98390 C:) CASSANDRA SMITH Ln (360)402-5632 ry What went into calculating your 2016 workers' comp rates? 1. Change in L&I average 'base' rater 2% general rate increase for all 324 risk classifications. 2. Changes in industry costs: Changes in claim costs compared to premiums collected for your industry ( `risk class') in which some or all of your employees worked. 3. Your Experience Factor: Based on the medical, wage replacement and disability benefit costs for worker claims on your account, during the experience period listed above. Find 12 tools to enhance safety and control costs at www.Lni .wa.gov/ControlMyRates Pay your premiums online:wwrvw.Lni.wa.gov/QuarterlyReports Need help understanding this notice?Call your account manager at the phone number shown above. Have a payroll service? Send thern a copy of this notice. � 1 r!M75450 x r p: e � t t. r4J n 'k A V i�� ! a Y1�, 7 5q •, In , 7118-00 Temp Neap Const Svcs 2.3664 1.5911 ti.Q345 0.0952 $2.81250 53.5,670 q " Os 1.0000 This is the 1rtiJr"It'7holcl this On the l a • .8647 8697 employer's amount from Cuartc,rly a m i contribution employee Report,the to workers' pay for each employer wile w camp coverage- hour"they multiply this work.It is their number by the Base P-015 2016 contribution to hours"worked What's an }jJelret7 e factor? factor Factor Factor workers'comp to ralmil ate See back for an explanation, coverac�r;. prerrraums. F225-0:04_00f) I10-20141 PAGE, 2 OF 2 CN: 120,320 Hours or units. I �1 v � .........., RIPE RI' TE www.striperite.com e 1- 00-427-0484 4/8/16 City Of Kent 2016 Paint Line Striping Stripe Rite, Inc. is not and has 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), P z 5feven Bateman/President Stripe Rite, Inc. 1813 137t"'Ave East Sumner, Wa. 98390 Ph: 253.863.2987 Fax: 2.53.863.3120 v,rww.striperite.com O ORPORA"fF: OFFICE SI MNE FEML6'TON KLN14JLW CK YAKI A 181 3 1317111 Ave-F. 8320 SW Barney VVNtez Rd 723 W.Deschutes Ave. 2200 Industry Lane Sumner,WA 98390 Bterner(on,WA 98312 Kennewick,WA 99336 Yakima,WA 98901 OFFICE(253)863-2987 OFFICE(:360)674-2872 OFFICE(569)585-0181 OFFICE(509)248.7233 FAX(2.53)863-3120 FAX(360)692-7229 FAX(509)585-207(') FAX(509)248-7883 m 0 0 0 0 0Lf) 0 ocli e o 0 0 O OD N (D Lc) r7 U) ch M _ O d N LO (6 r- coo (.0CD U) c LO 0 d (Of) O O [hD op O O O N V C coN O CNo O O� Ov (OD M V U) h (D N CO (D ti O r- `� � r r) v r• Co v (o (O 7 r y N G/ L CD O L a :? Cl 0 Cl Qo v (to m 0 0 0 'r) 0 U) v OLr) 6 4 (D O O N U) (D f-' (OD U) O U) M m O U) COO co 0) cli CO Vcc N U) CO O r r E U) N W 0) O U) O O N CD Co O O O r- (.) O Cl? U) O C7 CO O O O O CO _ U) Cl O v N O CO N to O N IT 0 O O O O) O O U) r N m G r` CD CO O M O U) N m 0) m to N N M U) N O. ix a d w w w > > —'i w 0 v O O) O O v v Cl) t` w E Co (D N Cl CD v v N 6) ZCI r N M M CM M N M I O O O O C. O O O O O O I-m N N N N N N N N N_ N N N N N O O N N O O N \, O O O O O O 4 O O O r Q F H N u1 y N N W N N z N N w w w w w w w w w w w w 2 Z Z z a 0 ❑ rn a 0m m N 2 Q a Q O U x Z E CO)U — Z X w !a- F = U ❑ 0 c= Z d J fn w LU W U Z Q a a h m F- o U V J a N w z m O Q ., a Z a r w a m ❑ w w J W F- O Q. N G U) O ❑ Z W I- W S N W, p = J m Q z z a 2 Z ❑ 7 a w � a W O J 0 O J Js Z J w O w Z❑ U)O O m U ❑ ' Z ) > W w W C z uOW Z w U) Za ZO w Zaw a t- w z 0 a O a O J O O QCz29 op J a Q j i2 O ►- t- (n lL H 0) F- U U U �- v 0 O cNV LO Q N v co M M cNro J w Zr M U) r U) N Z M CM M M � N M (n r O in rj U; (n rn ui rn W) v U) 0 v) 0 U 0 rO U r Z r a r 0 r r r r Z r Z r Z r Z r Z r O ca U Z — O O O w W U W LLJ � > a O J = U U U a ¢ Q O a a a a a a m m m m o e o o el o 0 0 o e o 0 0 co O N cli Lf) � OND O O O OD N N O co CD O Cl) Q01 N N O) O) CA u7 � CJ1to (P) O p) (n o0 p O O O) O L) O O O 1` V N O N u7 14: O N (C) O h co M 1� O In Lr)M N C M C7 O O C V (D V• r{ a0 Q (O 'a' N (O CV CQ 00 p N P. vi M (D r r fV O O N c-I p p cD O p p O) p d O O C. N O O N M 0 O O O O O O O U) O (O (n V Cl O CO U) N (O M (O (n vi M N p O to O (O LO v O oD v, M v co CD 00 LO(D 1, O Gr m (O ao (O M N M �- N N O O N N M N p p M N Q d O) to O O O N O O (n CO 00 O ao (() O O O (f') to L) O U) CO Nr O O Q _N h to N r� cn co 1` IT C) Cl) O CA V N O V O to M V t• O Q) O LO tr) N (D d• oc M O) (n r -I 7 ? 7 7 7 7 7 7 7 7 7 7 N N_ N co (O N 1� N N M LO N O N N N to M r N OV W) co r t r 1-1 -- - - - - - -- r (1') LL) t2 V U2 LL) O (n CD CDO O O C. O O r0 CIp O O N N N N Ln N N N N N 6) OD M M 1- W co n O N N N C. O O O O Cl O Cl r O O O 00 Vl N Vl N (/) w w w w W W W W W LU w w 1L U) O Z w a a z o z J U w 2 J F' (j o ~ U U n- N N W w U _ w p, U J w Z ❑ .L LL ❑ w 0 w Z U) w m F- ❑ Z ❑ w = o 2 a fA a ❑_ LL W w H o F- U) W �_ Z z w a W o U) w a = w Z -� w O W Cl) F Z s M Z Z U w ❑ O Zb Z U ❑ Q d U O ❑ N Z O w U m J W F- N r) U LD L6 O 0 p < OU 0 0 F- co J CD � to w N w N ' (() mU a0 ❑ M N ~ M J co J CO w N ❑ r ❑ r !t r ❑ (n Q/ N CD CM N () N (n N Z W M w 'ITN r N � r m co 00 Q) c Q 1n to M J an J (n Z (n (n U) LO Z vi La F (n !L r w r r J r J r O r r Z r O r r N r Q w m m O :3 Y LL w U Y °° w°w O O m 2 w U) U w h J � m m U 0 U U O O RL @ 4 a 6 a $ a $ 4 * § 4 g G m ° 2 00 S ° k 2 \ _7 8 8 I S Cl) 8 S S 8 k - t / § LO $ k § k % \ 7 § Cl) / w o < 2 § 8 B S S S $ § / U § § k \ k � k Q \ m / k a % 2 R 8 » \ 2 S S 8 8 2 d ) k § G § p C. § m R A ± R r- R R w X * » m IT m 8 » \ § 2 7 w 5 \ w G w Q § m § q G S R % m 4 G m �2 R ® co q & Q / q $ $ $ 7 § § § § § L2 L� t2 � t2 ! 1! � CD G G G G G Q CD G G Q Q Q q Q Q � m 2 cli Q 2 § o § q ƒ \ k 7 k 2 § § § § § § R § \ § / w 3 w w w w w w w w w ui a o § � -j U) w z z w 9 § w 7 q g o_ U S § @ 0 z 0 r w > £ F- z k 2 \ w w 2 / \ � k � § I w z » I ■ w o B o w } q w { d 0 C w 0 w ca 0 ul � a § Z U) w O K m i I � 2 2 � L Q o 2 « § 2 Q 0 � w I 2 o k 2 n » z w E a z q a LU LU - Ln v K - R L f x d $ % z § / � c 2 S Q a Q Q G 5 Q q_ cn � > m q m m § � 7 § N 0 t w § m co § 0 0 In 0 2 n w 0 ® k L \ w z LU ca k k � z U » C) o R / § o 0 0 = I k z 0 0 \ w 0 0 0 0 e o 6 0 0 0 lZ co co rn Cl) Cl) u� n t, 0 N U) 0 n O (D A LO N t 0) N r- (DD Cl) ti N to OD O n O N n O O p U) n a OD O CA n (D O O O O O Op O C. n U) 1� U'7 0 M v n co 00 Cn U) (D M C O 01 (D � � M Cl) r LO W I- r N N r a) m O n O M O O O O L n M O 00 M O O O U'i O LLD n M 0) N U1 N a) to N Cl) 0 0 (D CA O I� 00 N (D (D 00 N (D N U) N 00 'IT N Cl) (1) 04 p co Cl)M N Uf cl' O C; M N a? O O O W Y) V a p n O a to O N O 00 N M O N N V (D OD U) Cl) 00 v (D U) M N n (� N v O I n N to M O ( N (D V M -7- 7 7 w ' 0 (U7 n 0 coN to CD N 000 N CD O LO to ce) to M M I? M �} p M r r LL''1 a2 .�- V' CD Co CD Co N N_ N N N N N N N_ N N N N Q v O` N O CD O O O n0 p O O r OD Cl O w w w w w w w w w w w w w 9L ~ J U m W LL Z LL O z F- V O IL w W Q.' d' 0 W Q F- x tl O U 0 Z F ti (W7 w p J } U LL_ z O z Z Z z w of O of Z a w z ?, J a Y 0 FL U o W z D O ❑ � m z a 0° w a z w ~ o O a ❑ H M O a O O O z 'S U Z Z U) m m p Q 0 z z J O Q Q U) m W W m ❑ U p Y z H z U J z N Y U O > z Q -j H Q O w tL Z o m U Q 0 2 ❑ m = z W O F- J wF- W zw ~ w z O Q w w Hz Q LL aF- > U z N m m v z O m O Cl) N U) v Q C1 0) O_ 0o U M F O m O to W N F- w o W m U v O v -� 00 a) fI) an CA U N U N U) 00 N (- V X to t, ~ to J m r• 7 M z N wr M Z M Q �' w C1 � O M ❑ to m to tti O to !- to uj v O 0 R v p c i to w F- a) z z m U) o = � w a Q m Q z ❑ N U O F- z O w w V) W z z O F-. U F- > > w Z J J 2 2 0 FL a a a 4 2 4 R » * ° © § \ 2 © co / n m m / co § Cl) a d ° \ k � $ e 3 G 8 / 8 S S \ k j $ $ § § / \ a « \ / = 7 a a m w \ 8 8 8 8 m @ 8 $ S Q S k § § LO$ / Cl) ® Cl) © Cl) § k * R o f & n � ® / Cl) § \ ? to § c - S 8 % 8 S m 8 $ 8 G R G $ � / d ¥ d B § § Cl) Q d ■ a toV 9 \ % k ) y C / - ] . \ § § b § k k k 7 \ § S / % § IT - 0 2 n § m 7 K 2 Cl) § ) ¥7 7 \ $ k § $ / k § / § $ f § $ to v ! « v d d v§ \ «§ § §d / \ d § § § § \ § a) K % EO § § \ § § § § § to LU w w w LU w w ) w w ) w 3: w LU Ul I q w w 0 O z w u u k _z R / % R � / U U k B � w w E n _j LU L o z -i W o > LU o a « » 0 a.z \ w 2 � a E f v a w U D j ■ w K \ w z L w « k c LU § z o ■ R z § k w w « a z o z ■ , o w L m Q z ? 2 $ o § z 0 2 R R 2 © 2 0 m cn 2 z 0 $ a o e z o u « 2 « « « o Q Q w E m o 6 � o Q » I > � a q > a � » o o B P e 2 0 R R w � o w J p d § 0 � G « C _ � a) G Q c U § a 9 CM U) � / Cl) 9 e § e © S m 0 * m G § Q 2 G \ \ # 2 � § � G R - ) i - o - Q 0 - - 2 - o - 0 - z w ( z z q w \ q ui k \ i w a a (L O n n 7 0 0 o U N a N n � rn G1 r n � C O tOCI O 00 n O a°i o ano_ N y 00 v 0 L Q1 a1 L L O O O rl% Ul In 0 N N OnD M ll1 U N N O + tD cn tD O 0 N O O O N j lA O O 0 > cl O tD N N to .N-1 O O U 7 T 7 la- H co M to to � r � us to Uj to t2 tf) O O O N N N 01 N N t 5 — O) O O O E E E W W w N w a a Y U D J Q w w a z w o 0 w O � H U Z Q W O U Ca P Z 0 LO Z ,- U d a ' O ' ' U Z O � N OU Y N U W (� r � r.. :✓ i i ✓vw_ RITEr✓ .......... TO: City Of bent FROM: Stripe Rite, Inc. DATES April, 08, 2016 RE: 2016 Paint Line Striping Stripe Rite, Inc. has been in the Extruded Curbing and Pavement Marking Lousiness for 32 years. We perform work for customers ranging from the private horneowner to general contractors, along dvith various cities, counties, and WSDOT. Our key personnel are as follows: Steve Bateman—41 years in all fields of pavement marking, estimating, scheduling, and all aspects of managing the corporation David Stetson—45 years in all fields of pavement marking and estimating Dawn Wilhoyte—31 years in accounting and office management Justin Williams— 13 years in all fields of pavement marking and estimating Drank Arty - 27 years in project management and estimating Jim Johnson---25 years in project management and estimating Jeff McHugh-- 13 years in project management and estimating Jake Bateman - 6 years in project management and estimating Following are some contracts awarded/cornpleted by Strive Rite, Inc.: 2015 PAVEMENT MARKING CON"I`R.ACT (S297,879.) 2014 PAVEMENT MARKING CONTRACT (S295,235.) 2013 PAVEMENT MARKING CONTRACT ($301,930.) 2012 PAVEMENT MARKING CONTRACT ($303,000.) 2011. PAVEM1 N"I" MARKING CONTRACT ($283,006.) 2010 PAVEMENT MARKING CONTRACT ($247,284.) 2009 PAVEMENT MARKING CONTRACT ($240,015.) 2008 PAVEMENT MARKING CONTTiACT: ($351,086) 2007 PAVEMEN'1- MARKING CON1"RACT:1 ($284,927.) GRAYS HARBOR CNTY 2006 PAVEMENT" MARKING CONTRACT ($279,476) TROY FI E'EMAN 2005 PAVEMI N"1' MARKING CONTRACT ($304,250.) 100 'vV. I3R.OADWAY 2004 PAVEMENT MARKING CONTRACT ($266,296.) MONTI SANO, 'tiaw'A 98563 2003 PAVEMENT MARKING CONTRACT ($197,622.) 360-249-4222 LDV?LLNOD 9N.[N9VN ,LN-iAHAVd L66L t 0 08 6 V M f I A"'I-I'El l J.-WV LLNOD 9NINNcIVIN -fXIfN2AV(l 8661 :IN �IAVRL lt L06Z L,-Ml,LK( ,-) 9NlNNZVN ,LK`--t[NI� AVd 6661 N.-J- NNVIJ,'dHS0\tJ DtqI'>IIfVJN ,LNAJNJAVd OOOZ A fWATE,19 ,40 All,) .LDVN,JNfOD DNI NTNVWJ,N'fIN'.JAV(l WE ,LDV'cIlJN0,-) ONIMVN IN']INHAW ZOOZ ('000'c,�S) ")tllcllufs CE00z: ('O€:t'M) --fDNVN',-LINIVIN f9tudIIIIS t700Z ('c,SZ'M) ],")VNJ.N.O,) �IDNVMTINIVIN DNIdINIS SOOZ ('6cIL'80c,S') I'DVU.LXO ) ONIMUS Z LOZ-60OZ St7'NI'6tW, OZOZ-�LOZ ('6Zt'ZOZ$) IDV2LLNOD IL)NMIM INAINIAW LON Og�66 VM 'N'ISSMId (19�`W.S) -LDV2I.LN00f)NIN.�IVP'� .1,N'IIN-2AVC180OZ 100 1 XO9 Od ('6LZ7IW NWN ('tEt'8ZZ$) 9N-l)l-HVN ,LN"_-IIN---IAVd 01OZ AINM-) NO I NUR (*5ZZ'l M) L-,)Vll,,[,NO:) 9NINNVIN,LN7lTN J- AVd E I OZ IDV�Ll-,NO D 9NIN WNINAMAVcft[N (tn'tM) MZ ('19LWS') IDV-�LLKOD f9NlMVNJ.N'MaAVd 60OZ 89c'6-SLS-09E ('c.L9'L9S) 10VULNOD 9NfNNVA ,LNr,,JINFfAV(l 0 LOZ 9M6 VM 'GN-.IU FlIfIOS ('0681 SS) IDVULKOD 9XINUM IN-1WHAW I I OZ 99 XOR Od ('86c,"ESS) IDV-dJ.NOD ONINNVIN JINHPUAW Z 10Z HSINVU NUNV-A ('SZt'90[S) .LDV�1,LXOD f9N[NNVWJ..N3- N:-JAVcl c.10Z AIN-nOD DIAIDW ('SZt'E I S) ,I.,DVNI,LKOD 9KI)PJVfNJ.X-III fAVdt7[OZ ('ZSL'LZ IS) IDV-HJ,NOJ 9NINJVNI lN']A:,-IAVd �I OZ: Zlli7-6i7Z-09 10VULNOD ON[NNVIN INFINFIAW L661 c.9586 VA\ 'O.KVSH-LNOIN J,JV�i.LXOJ 19NEI�IVN IN'INEIAVd 8661 AV/AGVOIIE 'A 00 1 L,-)Va.1,NOD 9NlNNVN ,LK-lIN]AVd 6661 NVINF-Imij AOILL lDVXJNO',) fl)NII)IHVW IN'-IMAW OOOZ AIND WMIVII SAV 19 lWMIKOD 9N,lN'dVIN .LN.]INH-AVd 100Z LJVULNOJ 9XIN-dVININAMAW ZOOZ ti lfp""E , 2015 PAVEMENT MARKING CON'IRACT ($458,032.) 2014. PAVEMENT MARKING CONTRACT (S442,502) GRANT COUNTY 2012 PAVEMENT MARKING CON I RACT ( 430,1.21) PUBLIC WORKS DEPT, 2010 PAVEMEN 1 MARK.ING CONTRACT ($286,886.) ROD FOLLET 2009 PAVE MENT MARKING CONTRACT ($271,000.) 12.4 ENTERPRISE STI' SE 2008 PAVEMENT MARKING CONTRACT (S244,362.) EPHRATA, WA 98823 50 -754-6082 The Ilrllowitig are some of our major pieces of ecluil)nlent used to perform ocrr work: 750 Gal. Capacity Highway Striping Truck 2000 Lb. Capacity Thermoplastic Truck Bituminous RPM Truck. Miscellaneous Pick-Up Trucks for Traffic Control Road Pro Grinder/Recessed. Crater- Wilt;en Rumble Cutter Sweeper Trucks Scalcoating Applicators Sianaue Vehicles Walk Behind Line Later Paint Machine's Hydroblaster Line Removal '"Fruck. "All 1-cluiprnent is owned by Stripe Rite, Inc.** CON I RAC.;1OR RI(ilS'l RATION NtiMBER - S I1�IPI�112]JM, I:sxprres O4/17/l.7 UBI NUMBER: 601 048 084, Expires 09/30/16 BANK REFERENCE: COMM I„NCEM1.-1�T BANK. JOIIN MANOLID S 877-284-1880 BONDING COMPANY: MEIZCI1A ' 'S BONI)IN(.3 CC)MI'ANY ( MU'IUAI,) P()EIC°Y NO. WA27602 INSURANCE AGENT: SHARNI'], IN VON;A PROPEL INSURANCE __�_ _...._ 253-31(:I-4(147 "tiFfj 9f°/1 d u �I' r r / E RUTE/ i OTHER REFERENCES: TUCCI & SONS 4224 WALL ER RD. TACOMA, WA 9844a JCE HARRISON 253-922-6676 LAKERIDGE PAVING PO BOX 5430 KENT, WA 98064 JOIN; HABISNICHT 253-6)1-8290 LAKESIDE INDUSTRIES PO BOX 7016 ISSAQUAH, WA 98027 JUSTIN BOUIN 425-3)1 3-2600 Iw9a�t� FE Company Officers: Bank: Steven M. Bateman, President Commencement Bank 1813 137th Ave. E. Rep.: John Manolies Sumner, Wa. 98390-9645 Phone: (877)284-1880 Dun & Bradstreet: D&B Number 14-723-1062. CSI Spec Section Work Performed: Incorporated: 2500 State: Washington Business Start Date; 04/19/1984 SIC Code: NAICS Code: 1720 238990 Insurance: Propel Insurance Company Registration and Licenses: 1201 Pacific Ave., Suite 1000 WA State Business License#601 048 084 Tacoma, WA 98402-4321 Expires: 9130/16 Agent: Sharnel Di Vona Contractors Registration# STRIPRI 121 JM Contact info: 253-310-4047 skd@propelinsurance.com Expires : 4/17/17 Policy##TCP2082898964 Federal ID# 91-1387668 L&I Workers Compensation#477182-01 Employment Security#635,143-00-9 Bonding: (old bonds still being carried if projects are active) Merchants Bonding Company (Mutual) 5400 Carillon Point Union Affiliation: Kirkiand, Wa. 98033 Local Painters Union 1964 Agent: Julie Truitt 220 South 27th Street, Suite A Phone: (253)761-3221 Tacoma, WA 98402 )rtapropelinsurance.com Phone##(206)794-1719 Bond ##1968710 Effective: 04/11/11 Fax# (253)272-9971 Bondable Amount: $12,000.00 Rate: 9.4 per thousand 10th Congressional District PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within 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 5, 2016. 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 / , / , L _X to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 7 0 N c, �{ - NA BID Signature of Authorized Representative sky (Print Name and Title) 1�13 l3rl`� . ( ,� �. Address SJ_,y► V, Zr-, Wk. CV>C-co 2016 Paint Line striping &RPM Repl/Araucto 15 March 22, 2016 Project Number: 15-3001 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Stripe Rite, Inc. , as Principal, and Merchants Bonding Company(Mutual) , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that If the Obligee shall make any award to the Principal for 2016 Paint Line Striping,RPM Replacement and S 208 St Permanent Signing/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 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 12th DAY OF April 2016 Stripe 't ne. ; PRINCI AL Merchants Bonding Company(Mutual) SU t Julie R. Truitt,Attorney-in-Fact _ 20 Received return of deposit in the sum of $ 2016 Paint Line Striping&RPM Rep[/Araucto 16 March 22,2016 Project Number: 15-3001 '40 MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Aliceon A Keltner; Annelies M Richie; Brandon K Bush; Brent E Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L Jay; Eric A Zimmerman; James B Binder; Jamie Diemer; Jennifer L Snyder; Julie R Truitt; Karen C Swanson; Kyle Joseph Howat; Tamara A Ringeisen their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION($5,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance,or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 30th day of March 2016 ...... . ., .• G •. MERCHANTS BONDING COMPANY(MUTUAL) �,•`'�a4. !0«qC .'�O�N•••... •� MERCHANTS NATIONAL BONDING,INC. Oar •�° °RPQ9,� 9y max'. 2C�3 �C> :6 1933 'c; ,ate• y STATE OF IOWA `''•'"a„m r,.u��t`*`, •'•...••' COUNTY OF Dallas ss. President On this 30th day of March 2016 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. aPRIA4s WENDY WOODY n Commission Number 784654 z °°°° My Commission Expires �owP June 20, 2017 Notary Puhlr , County, Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., 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 still in full force and effect and has not been amended or revoked. I " In Witness Whereof, I have hereunto set my hand and affixed the seal of tote Companies (on this 1 day of ;`1.t ;a;p(W. �q•r'��°Rq Oo e•c,°� 0�9.,9yc� : 'G co _ :z: ° Secretary 1933 POA 0014 (6/15) CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing Project Number 15-3001 NAME OF PROJECT l 4D Pi I�-t l V1 L NAME OF BIDDER'S FIRM rr SIGF4ATURE OF AUTHORIZED REPRESENTATIVE 71, BIDDER 2016 Paint Line Striping&RPM Repl/Araucto 17 March 22, 2016 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 NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: (Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:rInsert Name of Original Contract & Project # if applicablel ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (inch applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2016 Paint Line Striping&RPM Repl/Araucto 18 March 22, 2016 Project Number: 15-3001 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, 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. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: 2016 Paint Line Striping&RPM Repl/Araucto 19 March 22, 2016 Project Number: 15-3001 APPROVED AS TO FORM: (applicable if Mayors signature required) Kent Law Department 2016 Paint Line Striping&RPM Repl/Araucto 20 March 22, 2016 Project Number: 15-3001 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .................... Order of Contents................................................................................. Invitation to Bid...................................................................................1� Contractor Compliance Statement........................................................6// Date............................................................................................L� Have/have not participated acknowledgment............................. Signature and address ................................................................f� Declaration - City of Kent Equal Employment Opportunity Policy ........[� Date and signature .....................................................................EV Administrative Policy...........................................................................l� Proposal............................................................................................... First line of proposal - filled in ...................................................[9 Unit prices are correct �- Subcontractor List contracts over 100K ...t-�� Subcontractors listed properly....................................................6-//, Signature ....................................................................................Il' Subcontractor List (contracts over $1 million).....................................I9 Subcontractors listed properly....................................................[� Dateand signature .....................................................................a/ Contractor's Qualification Statement ...................................................Er," Completeand notarized ..............................................................F9 ProposalSignature Page......................................................................[� AllAddenda acknowledged ......................................................, Date, signature and address .......................................................Q� BidBond Form .....................................................................................❑ Signature, sealed and dated .................................................... � Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) / CombinedDeclaration Form .................................................................0' Signature ....................................................................................19/ ChangeOrder Form..............................................................................6-/' Bidder's Checklist ................................................................................F91 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. 2016 Paint Line Striping&RPM Repl/Araucto 21 March 22, 2016 Project Number: 15-3001 1 �- , �► ; Bond No.WAC54149 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT WASNIHOTOh KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Stripe Rite, Inc. as Principal, and Merchants Bonding Company(Mutual) a Corporation organized and existing under the laws of the State of Iowa , 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 $ 278,037.00 , 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 I contract, the said contract providing for construction of 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing/Project Number 15-3001 i (which contract is referred to herein and is made a part hereof as though attached hereto), and E _ 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. 2016 Paint Line Striping&RPM Rept/Araucto 22 March 22, 2016 __. Project Number, 15-3001 Y a. TWO WITNESSES: Stripe Rate, Inc. PRINCIPAL (enter principal"s name above) .0 BY ✓ . TITLE:. �-- DATE: DATE: ! . CORPORATE SEAL: PRINT NAM DATE: ��'�� � ��,� Merchants Bonding Com an Mutual SURETY CORPORATE SEAL_: BY: (J ,4d .hills R.Truitt DATE: 04/2612016 TITLE: Attorney-in-Fact r I ADDRESS, Ro Box 2940 Tacoma„WA 98401-2940 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bend, that . Who signed the .said bond on behalf of the Principal of the said Corporation; that. I know his signature thereto is genuine, and that said Band was duly signed, sealed, and attested for and in behalf of said Corporation by .: authority of its governing body. SECRETARY OR ASSISTANT SECRETARY i 2416 Paint Line Striping& .RPM Repl/Araucto 23 March 22, 2016 Project Number: 15-3001 k A 114�Asl NVERCHANTS �BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, Aliceon A Keltner; Annelies, M Richie; Brandon K Bush; Brent E Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L Jay-, Eric A Zimmerman; James 8 Binder; Jamie Diemer; Jennifer L Snyder; Julie R Truitt; Karen C Swanson; Kyle Joseph Howat; Tamara A Ringeisen their true and lawful Attorneys)-in-Fact,to make,execute,seal and deliver on behalf of the Companies, as Surety,bonds, undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of. FIVE MILLION ($5,000,000.00) DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 24,2011. 'The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.' "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with,obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and aft consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection,with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 30th day of Match 2016 \%%G Coo MERCHANTS BONDING COMPANY(MUTUAL) MERCHANTS NATIONAL BONDING,INC. co 0- C) 1933 $ F. By STATE OF IOWA COUNTY OF Dallas ss, President On this 30th day of March 2016 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. WENDY WOODY Commission Number 7W54 7 My Commission Expires tows _ June 20 2017 Notary Publi County, 1,,a (Expiration of notary's commission does not invalidate this instrument) 1,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., 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 still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the,ea!of the Companies on this_��aay of 10 14 4 4 C \10..Co so —0— Secretary C) 1933 PO 00 14 (6/15) ...... CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Stripe Rite, Inc., organized under the laws of the State of Washington, located and doing business at 1813 137th Ave. E., Sumner, WA 98390 ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2016 Paint Line Striping, RPM Replacement and S 208 St Permanent Signing /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 2016 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 2016 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed, and 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 5, 2016. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2016 Paint Line Striping & RPM Repl/Araucto 24 May 2, 2016 Project Number: 15-3001 -A 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. _a Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily -� injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. a 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. J 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. a 2016 Paint Line Striping& RPM Repl/Araucto 25 March 22, 2016 a Project Number: 15-3001 CITY aF K E N T _..__... BY: SU T E C KE, MAY R DATE: ATTEST RONALD IF 60RE,m,C�1-fY CLEF A PP:RIED AS FO KENT LAW DEPARTMENT' CONTRACTaR� r _.. BY: PRINT NAME: TITLE: ALI DATE: 2016 Paint Line Striping & [RPM Repl/Araucto 26 March 22, 2016 Project Number: 1 a-3001 J EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance J ry 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. _J A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability -� coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2016 Paint Line Striping & RPM Repl/Araucto 27 March 22, 2016 Project Number: 15-3001 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. .J 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. 2016 Paint Line Striping & RPM Repl/Araucto 28 March 22, 2016 __� Project Number: 15-3001 _J EXH I B I T A (Continued) J F. Acceptability of Insurers J Insurance is to be placed with insurers with a current A.M. Best rating of not less than _.y A:VII. J 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 J Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. J ._J .J J J --7 .J _J 2016 Paint Line Striping & RPM Repl/Araucto 29 March 22, 2016 J Project Number; 15-3001 Client#: 25674 STRIRITE DATE(MMIDDIYYYY) ACORDT. CERTIFICATE OF LIABILITY INSURANCE 4122/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS No RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharnel Di Vona NAM E-11 ...................310 .............. Propel Insurance PHONE EIII:253.310.4047 I�Mc,No�_866.577.1326 Tacoma Commercial Insurance E-MAIL ADDRESS: Sharnel,Divona@propelinsurance.com . ..................... 1201 Pacific Ave,Suite 1000 iNSURER(S)AFFORDING COVERAGE NAIC Tacoma,WA 98402 INSURER A;Continental Western Ins.Co. 10804 INSURED INSURER B:Evanston Insurance Company 35378 Stripe Rite Inc. INSURER C: 1813 137th Ave E INSURER D: Sumner,WA 98390 ±NSURER 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 DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, -­­­­­­............. ............... . ......................... INSR ADDL SUsk POLICY Err POLICY EXP LTR TYPE OF INSURANCE LN �!MIoDNYYyJ MMIDDrYYYY)POLICY NUMBER LIMITS - A GE NERAL LIABILITY X X CPA6013651 04/11/2016 0411112017-EACH1OCCUR-REN.C. $500 E S1,000,000-1--­— X COMMERCIAL GENERAL LIABILITY D J AMAGE O RENTED ce� ,000 Nil SE (E2 occurren r--7 CLAIMS-MADE L.A.] OCCUR MED EXP(Any one person) X PD Ded: $1,000 PERSONAL&ADV INJURY $1,000,000 _GLqLE-:EALAGGREGAT-E _— s2,000,000 m.GEN'L AGGREGATE Llmi r APPLES PER: PRODUCTS-COMPIOP AGG s2,,000,000 PR11- LOC $ COMBINED SINGLE LIWT A AUTOMOBILE LIABILITY X X CPA6013651 0411112016 04/11/2017-(EP--111mCLdftit JI&P,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS DAMAGE NON-OWNED X HIRED AUTOS X AUTOS, ................ S X CA0001 10/13 S A XUMBRELLA LIAR X ODOUR X X CPA6013651 04/1112016 04/11/2017 rACHocr-URRENCE 510,000,O000 [ EXCESS LIAR ,CLAIMS-MADE'., AGGREGATE �1-0 000 000_ 11 , DED i RETENTION VVC STATUL, OTH- WORKERS COMPENSATION 4/11 0411112017 AND EMPLOYERS'LIABILITY YIN CPA6013651 A ANY PROPRIETORIPARTNER/EXECUTIVE WA Stop Gap OnlyACCIDENT S1,000000 OFFICERWEMBER EXCLUDED? NIA �.E.L.DISEASE-EA EMPLOYEE..$1 0010 000 ,(Mandatory In NH) Irm,descnbe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT Si—,Nq 00 0 B Contractor's X X 16CPLOWE00525 4/11/2016 041111201'7 $2,000,000 CPL&TPL Pollution Liab $5,000 deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) RE: Project#15-300112016 Paint Line Striping, RPM Replacement, and S 208 St Permanent Signing. The City of Kent is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Lowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE 1988-2010 ACORD CORPORATION,All rights reserved. ACORD 25(201 O�/05) 1 of The ACORD name and logo are registered marks of ACORD #S2176573IM2160314 KTROO This page has been left blank intentionally. COMMERCIAL GENERAL LIABILITY CIL CG 1 FS 0109 08 Policy Number: CPA 6013651 .23 SCHEDULE OF FORMS AND ENDORSEMENTS The following Declarations, Coverage Forms, Conditions,and Endorsements are applicable to: Commercial General Liability State* Number Edition Description ALL B CG LDS 01 :�0-2001 Cammercial General Liability Declarations ALL CL CG 99 32 01-2015 Commercial General Liability Supplemental Declarations Schedule ALL CL CG FS 01 09-2008 Schedule of Forms and Endorsements ALL CG 00 01 12-2007 Commercial General Liability Coverage Form ALL CG 00 68 06-2009 Recording And Distribution Of Material Or Information In Violation Of Law Exclusion ALL CG 01 97 12-20,07 Washington Changes-Employment- Related Practices Exclusion ALL CG 03 00 01-1996 Deductible Liability Insurance ALL CG 04 35 12-20,07 Employee Benefits Liability Form ALL CG 04 42 11-2003 Stop Gap -Employers Liability Coverage Endorsement-Washington ALL CG 04 50 05-2008 Washington Changes-Who Is An Insured ALL CG 21 06 05-2014 Exclusion -Access or Disclosure of Confidential Or Personal Information and Data-Related Liability-With Limited Bodily Injury Exception ALL CG 21 54 01-1996 Exclusion - Designated Operations Covered By A Consolidated (Wrap- Up) Insurance Program ALL CG 21 71 01-2015 Exclusion of Other Acts of Terrorism Committed Outside The United States; Cap on Losses From Certified Acts of Terrorism ALL CG 21 76 01-2015 Exclusion Of Punitive Damages Related To A Certified Act Of Terrorism ALL CG 21 86 12-2004 Exclusion-Exterior Insulation And Finish Systems ALL CG 21 96 03-2005 Silica Or Silica- Related Dust Exclusion ALL CG 22 92 12-2007 Snow Plow Operations Coverage ALL CG 26 77 12-2004 Washington -Fungi or Bacteria Exclusion ALL CL CG 00 13 08-2013 General Liability Platinum Endorsement ALL CL CG 00 20 01-2012 Contractor General Liability Platinum Endorsement ALL CL CG 00 48 01-2013 Continuing Damage Coverage Assurance ALL CL CG 02 02 01-2012 Notice Of Cancellation To Designated Person(s) Or Organization(s) Other Than The Named Insured ALL CL CG 04 52 0�1-2012 Electronic Data Liability ALL CL CG 2108 07-2002 Asbestos Exclusion ALL CL CG 2166 08-2007 Exclusion -Lead ALL CL IL 99 18 L 07-2012 Blank Endorsement General Liability When the word"ALL"appears in the state column,the form applies to all states on the policy. CL CG FS 0109 08 Page 1 of 1 COMMERCIAL AUTO CL CA FS 0109 08 Policy Number: CPA 6013651 -23 SCHEDULE OF FORMS AND EMENTS The following Declarations, Coverage dorms,Conditions, and Endorsements are applicable to: Commercial Auto Status* Number Edition Description ALL S CA DS 03 06-2015 Business Auto Declarations ALL CL CA FS 01 09-2008 Schedule of Forms and Endorsements ALL CA Oft 01 10-2013 Business Auto Coverage Form ALL CA 0135 10-2013 Washington Changes ALL CA 20 48 10-2013 Designated Insured For Covered Autos Liability Coverage ALL CA 2.1 34 10-2013 Washington Underinsured Motorists Coverage ALL CA 23 92 10-2013 Washington Exclusion of Terrorism ALL CA 23 94 10-2013 Silica 4r Silica-Related Dust Exclusion For Covered Autos Exposure ALL CA 99 03 10-2013 Auto Medical Payments Coverage ALL CA 99 89 05-2001 Washington Loss Payable Form Reg-335 ALL CL CA 01 08 02-2015 Asbestos Exclusion ALL CL CA 0149 02-2015 Commercial)Automobile Expansion, Endorsement Platinum ALL CW 32 28 WA 02-2015 Named Driver Exclusion -Washington .When tho word)ALL"appears In the state column,the form applies to adt states on the policy. CL CA FS 0109 08 Page 1 of 1 COMMERCIAL LIABILITY UMBRELLA CL CU FS 01 09 08 Policy Number: CPA 6013651 -23 SCHEDULE OF FORMS AND ENDORSEMENTS The following Declarations, Coverage Forms, Conditions, and Endorsements are applicable to: Commercial Umbrella State* Number Edition Description ALL B CU DS 01 01-2.007 "Commercial Liability Umbrella Declarations ALL CL CU FS 01 09-2008 Schedule of Forms and Endorsements ALL CL CU 00 03 01-2013 Continuing Damage Coverage Assurance ALL CL CU 21 05 03-2008 Driver Exclusions ALL CL CU 21 66 01-2007 Exclusion-Asbestos ALL CL CU 2167 01-2007 Exclusion Punitive Damages ALL CL CU 21 75 01-2007 Exclusion -Lead ALL CL CU 22 20 01-2009 Total Pollution Exclusion With A Hostile Fire Exception And Auto Fluids And Lubricants Exception ALL CL CU 22 23 08-2010 Exclusion - Electronic Data Liability ALL CL CU 22 76 09-2015 Exclusion -Cyber Liability ALL CL CU 24 04 01-2007 Changes-Premium Audit ALL CL CU 24 05 06-2008 Per Location And Products-Completed Operations Aggregate Limits ALL CL CU 24 16 01-2007 Employee Benefits Liability Coverage ALL CL CU 24 73 08-2013 Waiver of Transfer of Rights of Recovery Against Others to Us as Required by Virtue of a Written Contract ALL CL CU 99 42 06-2008 Contractors Limitation Endorsement ALL CL IL 99 18 U 07-2012 Blank Endorsement Umbrella ALL CU 00 01 12-2007 Commercial Liability Umbrella Coverage Form ALL CU 00 04 05-2009 Recording And'Distribution Of Material Or Information In Violation Of Law Exclusion ALL CU 01 21 09-2000 Washington Changes ALL CU 0124 12-2001 Washington Changes- Employment-Related Practices Exclusion ALL CU 21 23 02-2002 Nuclear Energy Liability Exclusion Endorsement ALL CU 21 31 01-2015 Exclusion of Other Acts of Terrorism Committed Outside the United States; Cap on, Losses From Certified Acts of Terrorism ALL CU 21 36 01-2015 Exclusion Of Punitive Damages Related To a Certified Act of Terrorism ALL CU 21 42 12-2004 Exclusion - Exterior Insulation And Finish Systems ALL CU 21 50 03-2005 Silica Or Silica-Related Dust Exclusion ALL CU 21 86 05-2014 Exclusion -Access or Disclosure of Confidential Or Personal Information and Data-Related Liability-With Limited Bodily Injury Exception ALL CU 24 14 09-2000 Fellow Employee Auto Coverage ALL CU 24 32 12-2005 Limited Coverage Territory ALL CU 26 77 12-2004 Washington - Fungi Or Bacteria Exclusion When the word"ALL"appears in the state column,the form applies to all states on the policy, CL CU FS 0109 08 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CL CG 00 13 08 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS If SECTION I -COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage Part: 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION III - LIMITS OF INSURANCE, shall be the greater of: a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. B. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If damage to premises rented to you under Coverage A. is not otherwise excluded from this policy, the following applies: 1. The last paragraph of SECTION I -COVERAGE A.2. Exclusions is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 2. Paragraph 6. of SECTION III - LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, the greater of: a. $300,000;or b. the Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under COVERAGE A for damages because of "property damage" to any one premises, while rented to you or temporarily occupied by you with the permission of the owner. 3. Paragraph 4.b.(1)(a)(Ii) Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (ii) That is Fire, Lightning, Explosion, Smoke or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; 4. Paragraph 9.a. of SECTION V- DEFINITIONS is deleted and replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; CL CG 0013 0813 Includes copyrighted material of Insurance Services Page 1 of 6 Office,Inc.with its permission C. LIMITED NON-OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the following: A watercraft you do not own that is: a. Less than 51 feet long; and b. Not used to carry persons or property for a charge. D. SUPPLEMENTARY PAYMENTS SECTION I-SUPPLEMENTARY PAYMENTS-COVERAGES A AND B is amended as follows: 1. The limit of insurance in paragraph 1.b. is increased from $250 to$2,500; and 2. The limit of insurance in paragraph 1.d. is increased from $250 to$500. E. AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON-CONTRIBUTORY The following is added to Paragraph 2.of SECTION II-WHO IS AN INSURED: e. Any person or organization described below, when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured on your policy. When required by virtue of a written contract or agreement, coverage provided to any additional insured will be on a primary basis and will not seek contribution from the additional insured's policy. Only the following persons or organizations are additional insureds under this endorsement: (1) Managers Or Lessors Of Premises. The manager or lessor of a premise leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (a) Any"occurrence"which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (2) Lessor Of Leased Equipment. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. (3) Vendors. Any person or organization, but only with respect to "bodily injury" or "property damage" arising out of "your products" shown in the Schedule which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: a. The insurance afforded the vendor does not apply to: 1. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; 2. Any express warranty unauthorized by you; 3. Any physical or chemical change in the product made intentionally by the vendor; CL CG 0013 0813 Includes copyrighted material of Insurance Services Page 2 Of 6 Office,Inc.with its permission 4. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 5. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; 7. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. (4) State Or Political Subdivision - Permits Or Authorizations Relating To Premises. Any state or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance,or use of any elevators covered by this insurance. Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement,whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. When required by virtue of a written contract or agreement, coverage provided to any additional insured AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON-CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. F. BROADENED NAMED INSURED-NEWLY ACQUIRED 180 DAYS Paragraph 3.of SECTION II-WHO IS AN INSURED is deleted and replaced by the following: Any organization you newly acquire or form, other than a joint venture, and over which you maintain ownership or majority interest of more than 50% will be a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. b. COVERAGE A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. c. COVERAGE B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. G. AGGREGATE LIMITS OF INSURANCE The General Aggregate Limit under SECTION III - LIMITS OF INSURANCE applies separately to each of your: CL CG 0013 0813 Includes copyrighted material of Insurance Services Page 3 of 6 Office,Inc.with its permission 1. Projects away from premises owned by or rented to you. 2. "Locations"owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. When paragraph B. Construction Project General Aggregate Limit on form CL CG 00 20 is a part of this policy, then paragraph G. Aggregate Limits of Insurance of this endorsement does not apply. H. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV- COMMERCIAL GENERAL LIABILITY CONDITIONS: e. A report of an "occurrence", offense, claim or"suit"to: (1) You, if you are an individual, (2) A partner, if you are a partnership, (3) An executive officer, if you are a corporation, or (4) A manager, if you are a limited liability company; is considered knowledge and requires you to notify us of the "occurrence", offense, claim, or"suit"as soon as practicable. f. We are considered on notice of an "occurrence", offense, claim or "suit" that is reported to your Workers' Compensation insurer for an event which later develops into an "occurrence", offense, claim or "suit" for which there is coverage under this policy. However, we will only be considered on notice if you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy. I. UNINTENTIONAL OMISSIONS The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH Paragraph 3. of SECTION V-DEFINITIONS is deleted and replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a contract requiring such waiver with that person or organization and included in the "products-completed operations hazard". However, our rights may only be waived prior to the "occurrence"giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. CL CG 00 13 0813 Includes copyrighted material of Insurance Services Page 4 of 6 Office,Inc.with its permission Paragraph K.WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS does not apply if another waiver of transfer of rights of recovery against others is endorsed separately to this policy. L. OTHER INSURANCE When Coverage applies in this General Liability Enhancement Endorsement, no other coverage or limit of insurance in the policy applies to loss or damage insured by this coverage. M. NON-EMPLOYMENT DISCRIMINATION LIABILITY(DEFENSE WITHIN LIMITS) The following is added to paragraph 14. "Personal and advertising injury" SECTION V - DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: h. Non-employment discrimination. Non-employment discrimination means violation of a person's civil rights with respect to such person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by any federal, state or local statutes, rules or regulations. Non-employment discrimination does not include violation of civil rights arising out of past, present or prospective employment. Our obligation under the Personal and Advertising Injury Liability Coverage to pay non- employment discrimination liability damages on your behalf applies only to the amount of damages in excess of$5,000 deductible as the result of any one offense regardless of the number of persons or organizations who sustain damages because of the offense. The most we will pay for all damages for non-employment discrimination is $15,000 annual aggregate. No other liability to pay sums or perform acts or services is covered. Supplemental Payments - Coverages A and B do not apply to non-employment discrimination coverage. N. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS OR OTHERS- AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY 1. SECTION II -WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you are performing operations when you are obligated by virtue of a written contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or"personal and advertising injury" caused by your ongoing operations for the additional insured and only to the extent that such "bodily injury", "property damage" or "personal and advertising injury" is caused by your negligence or the negligence of those performing operations on your behalf. This insurance does not apply to "bodily injury", "property damage", "personal and advertising injury" included within the"products-completed operations hazard". This insurance does not apply to any additional insured scheduled on your policy by separate endorsement 2. Limits of Insurance Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. 3. Exclusions A. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: CL CG 00 13 0813 Includes copyrighted material of Insurance Services Page 5 of 6 Office, Inc.with its permission a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor;and b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to Paragraph 3. below, professional services include: a. Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations. B."Bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 4. Primary Non-Contributory When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - ONGOING OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 6 of 6 Office,Inc.with its permission POLICY NO: CPA 6013651 -23 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Al #1 .OA GENERAL LIABILITY PLATINUM AMENDMENT - ADDITIONAL INSURED - Provision N. (Revised) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY PLATINUM ENDORSEMENT A. Provision N. ADDITIONAL INSURED - b. If the written contract specifically requires OWNERS, LESSEES OR CONTRACTORS - you to provide additional insured AUTOMATIC INCLUDING PRIMARY NOW coverage via the 10/01 edition of CONTRIBUTORY is deleted in its entirety and CG2010 (aka CG 20 10 10 01)or via the replaced with the following: 11/85 edition of CG2010 (aka CG 20 10 N. ADDITIONAL INSURED - OWNERS, 11 85), then in paragraph 2.a. above, the LESSEES OR CONTRACTORS - words caused in whole or in part by are AUTOMATIC INCLUDING PRIMARY replaced by the words arising out of. NON-CONTRIBUTORY c. The insurance afforded to such additional 1. Section II -Who is An Insured is amended insured only applies to the extent to include as an additional insured any permitted by law. person(s) or organization(s) for whom you d. If coverage provided to the additional are required by virtue of a written contract or insured is required by a contract or agreement that such person(s) or agreement, the insurance afforded to organization(s) be added as an additional such additional insured will not be insured on your policy. broader than that which you are required 2. The insurance provided to the additional by the contract or agreement to provide insured is limited as follows: for such additional insured. a. Such person or organization is an e. This insurance ends at the earliest of the additional insured only with respect to following times: liability for "bodily injury", "property (1) When any Named Insured(s) work damage" or "personal and advertising called for in the written contract has injury" caused in whole or in part by: been completed (1) Acts or omissions of the Named (2) When all of any Named Insured(s) Insured; or work done at a job site has been (2) The acts or omissions of those acting completed if the written contract calls on behalf of the Named Insured; for work at more than one job site in the performance of the Named (3) When that part of any Named Insured's ongoing work for the additional Insured(s) work done at a job site insured(s) specified in the written has been put to its intended use by contract provided the contract or any person(s) or organization(s) agreement requires you to provide the other than the Named Insured or additional insured such coverage and is: those acting on the Named Insured(s)behalf. L Currently in effect or becomes Work that may need service, maintenance, effective during the term of this correction, repair or replacement, but is policy; and otherwise complete, will be treated as ii. Was executed prior to the "bodily completed. injury", "property damage" or f. This insurance does not apply to any "personal and advertising injury". additional insured scheduled on your policy by separate endorsement. Includes copyrighted material of Insurance Services Page 1 of 3 Office, Inc., with its permission g. For purposes of paragraph A. of this 4. Limits of Insurance endorsement, the terms "you" and "your" With respect to the insurance afforded to refer to the Named Insured shown in the these additional insureds, the following is Declarations. added to Section III -Limits Of Insurance: 3. Exclusions If coverage provided to the additional insured With respect to the insurance afforded to is required by a contract or agreement, the these additional insureds, the following most we will pay on behalf of the additional additional exclusions apply to "bodily injury", insured is the amount of insurance: "property damage" or "personal and a. Required by the contract or agreement; advertising injury arising out of: or a. The rendering of or failure to render any b. Available under the applicable Limits of professional services by you or on your Insurance shown in the Declarations; behalf, but only with respect to either or both of the following operations: whichever is less. (1) Providing engineering, architectural This endorsement shall not increase the or surveying services to others in applicable Limits of Insurance shown in the your capacity as an engineer, Declarations. architect or surveyor; and 5. Other Insurance (2) Providing, or hiring independent For purposes of this endorsement, the professionals to provide, following is added to the Section IV - engineering, architectural or Commercial General Liability Conditions, surveying services in connection with 4. Other Insurance condition and construction work you perform. supersedes any provision to the contrary: b. Subject to Paragraph c. below, This insurance is excess of all other professional services include: insurance available to an additional insured (1) Preparing, approving, or failing to whether on a primary, excess, contingent or prepare or approve, maps, shop any other basis. But, if required by a written drawings, opinions, reports, surveys, contract or written agreement to be primary field orders, change orders, or and noncontributory, this insurance will be drawings and specifications; and primary to and will not seek contribution from (2) Supervisory or inspection activities any insurance on which the additional performed as part of any related insured is a Named Insured. architectural or engineering activities. No other coverage or limit in the policy c. Professional services do not include applies to loss or damage insured by this services within construction means, coverage. methods, techniques, sequences and B. The following coverage is added: procedures employed by you or CONTRACTUAL LIABILITY RAILROADS performed by or for the construction manager, its employees or its 1. With respect to operations performed for a subcontractors in connection with your Railroad within 50 feet of railroad property, ongoing operations. the definition of"insured contract" in Section This exclusion applies even if the claims V- Definitions is replaced by the following: against any insured(s) alleged negligence or 9. "Insured Contract" means: other wrongdoing in the supervision, hiring, employment, training or monitoring of others a. A contract for a lease of premises. by that insured, if the "occurrence" which However, that portion of the contract for a lease of premises that caused the "bodily injury" or "property „ indemnifies any person or damage", or the offense which caused the "personal and advertising injury", involved organization for damage by fire to the rendering of, or the failure to render, any premises while rented to you or professional architectural, engineering or temporarily occupied by you with permission of the owner is not an surveying services. "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission d. An obligation, as required by ordinance, No other coverage or limit in the policy to indemnify a municipality, except in applies to loss or damage insured by this connection with work for a municipality; coverage. e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. 2. Other Insurance For purposes of this endorsement, the following is added to the Section IV - Commercial General Liability Conditions, 4. Other Insurance condition and supersedes any provision to the contrary: This insurance is excess of all other insurance that is Railroad Protective Liability or similar coverage for"your work" performed for a Railroad. But, if required by a written contract or written agreement to be primary and noncontributory, this insurance will be primary to and will not seek contribution from any insurance on which the Railroad is a Named Insured. Includes copyrighted material of Insurance Services Page 3 of 3 Office, Inc., with its permission This page has been left blank intentionally. ti ,. POLICY NO: CPA 6013651 -23 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Al #1 .5 ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC STATUS, INCLUDING PRIMARY NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II -WHO IS AN INSURED is amended For purposes of this endorsement,throughout the to include as an additional insured any person(s) policy, the terms "you" and "your" refer to the or organization(s) when you are obligated by Named Insured shown in the Declarations. virtue of a written contract or agreement that B. Exclusions such person or organization(s) be added as an additional insured to your policy. With respect to the insurance afforded to these Such person(s) or organization(s) is an additional additional insureds, the following additional insured only with respect to liability for "bodily exclusions apply to "bodily injury" and "property injury" or "property damage" or "personal and damage" arising out of: advertising injury"caused, in whole or in part by: 1. The rendering of or failure to render any (1) Acts or omissions of the Named Insured; professional services by you or on your or behalf, but only with respect to either or both of the following operations: (2) The acts or omissions of those acting on behalf of the Named Insured; a. Providing engineering, architectural or surveying services to others in your and included in the "products-completed capacity as an engineer, architect or operations hazard" surveyor; and This insurance applies only when you are b. Providing, or hiring independent required to add the additional insured by virtue of professionals to provide, engineering, a written contract or agreement, provided the architectural or surveying services in contract or agreement is: connection with construction work you 1. Currently in effect or becomes effective perform. during the term of this policy; and This exclusion applies even if the claims 2. Was executed prior to the "bodily injury" or against any insured allege negligence or "property damage" or "personal and other wrongdoing in the supervision, advertising injury". hiring, employment, training or monitoring of others by that insured, if However: the 'occurrence" which caused the a. The insurance afforded to such additional "bodily injury" or "property damage", or insured only applies to the extent permitted the offense which caused the "personal b law; and and advertising injury", involved the y rendering of, or the failure to render, any b. If coverage provided to the additional insured professional architectural, engineering or is required by a contract or agreement, the surveying services. insurance afforded to such additional insured 2. Subject to Paragraph 3. below, professional will not be broader than that which you are services include: required by the contract or agreement to provide for such additional insured. Includes copyrighted material of Insurance Services Page 1 of 2 Office, Inc., with its permission a. Preparing, approving, or failing to D. Other Insurance prepare or approve, maps, shop For purposes of this endorsement, the following drawings, opinions, reports, surveys, field is added to the Section IV - Commercial orders, change orders, or drawings and General Liability Conditions, 4. Other specifications; and Insurance condition and supersedes any b. Supervisory or inspection activities provision to the contrary: performed as part of any related This insurance is excess of all other insurance architectural or engineering activities. available to an additional insured whether on a 3. Professional services do not include services primary, excess, contingent or any other basis. within construction means, methods, But, if required by a written contract or written techniques, sequences and procedures agreement to be primary and noncontributory, employed by you or performed by or for the this insurance will be primary to and will not seek construction manager, its employees or its contribution from any insurance on which the subcontractors in connection with your additional insured is a Named Insured. ongoing operations. No other coverage or limit in the policy applies to C. Limits of Insurance loss or damage insured by this coverage. With respect to the insurance afforded to these additional insureds,the following is added to Section III -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission COMMERCIAL AUTO CL CA 01 49 0215 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverages provided by this endorsement,the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. A. NEWLY ACQUIRED OR FORMED ORGANIZA- ganization is liable for"bodily injury" or"prop- TIONS erty damage": because of the conduct of an The following is added to Paragraph A.1. Who Is "insured" under Paragraphs a. or b. under An Insured of Section II - Covered Autos Liability Paragraph A.1.Who Is An Insured of Section II - Covered Autos Liability Coverage,caused Coverage: by an"accident"and resulting from the owner- Any organization you newly acquire or form, other ship, maintenance or use of a covered "auto"; than a partnership, joint venture or limited liability 2. The written contract or agreement described company or any organization excluded either by above must have been executed prior to the this Coverage Part or by endorsement, and over "accident" that caused the "bodily injury" or which you maintain ownership or majority interest "property damage"and be in effect at the time of more than 50 percent will qualify as a Named of such"accident"; Insured. However: The insurance afforded to any such additional 1. This insurance does not apply to any newly ac- 3. "insured"does not apply to any"accident"be- quired or formed organization that is an "in- yond the period of time required by the written cured" under any other automobile policy or would be an "insured" under such policy but contract or agreement described above; for its termination or the exhaustion of its Limit 4. The most we will pay on behalf of such addi- of Insurance. tional"insured(s)" is the lesser of: 2. Coverage does not apply to "bodily injury" or a. The Limits of Insurance specified in the "property damage" that occurred before you written contract or agreement described acquired or formed the organization. above;or 3. Coverage under this provision is afforded only b. The Limits of Insurance shown in the Dec- until the 180th day after you acquire or form larations. the organization or the end of the policy pe- This provision shall not increase the Limit of riod, whichever is earlier. Insurance shown in the Declarations in this B. ADDITIONAL INSURED BY CONTRACT OR policy or coverage part;and AGREEMENT 5. The following changes are made to Paragraph The following is added to Paragraph A.1., Who Is 5. Other Insurance of B. General Conditions An Insured of Section Il - Covered Autos Liability under Section IV- Business Auto Conditions: Coverage: a. The following is added to Paragraph 5.a.: When you have agreed in a written contract or If required by the written contract or agreement to include a person or organization as agreement described above, the insur- an additional "insured", such person or organiza- ance afforded to the additional insured un- tion is included as an "insured" subject to the fol- der this provision will be primary to, and lowing: will not seek contribution from, the addi- 1. Such person or organization is an additional tional insured's own insurance. "insured"only to the extent such person or or- b. Paragraph 5.c. is deleted in its entirety. CL CA 01 49 0215 Includes copyrighted material of Insurance Services Page 1 of 5 Office, Inc., with its permission 6. Paragraph A.i.c. under Section II - Covered 2. We will also pay reasonable and necessary Autos Liability Coverage is deleted in its en- expenses to facilitate the return of the stolen tirety. "auto"to you. 7. The definition of"insured contract"under Sec- 3. It is agreed and understood and it is our stated tion V- Definitions is amended to add the fol- intent that expenses incurred by you under the lowing: Transportation Expenses Coverage Exten- An "insured contract" does not include that sion will not also be covered or paid under the part of any contract or agreement: Rental Reimbursement Coverage provided by this endorsement or any rental reimbursement That pertains to the ownership, maintenance coverage added by separate endorsement to or use of an "auto" and which indemnifies a this policy. person or organization for other than the vicar- H. EXTENDED COVERAGE-AIRBAGS ious liability of such person or organization for "bodily injury"or"property damage"caused by The following is added to Exclusion B.3.a.of Sec- your operation or use of a covered "auto". tion III - Physical Damage Coverage: However, a person or organization is an addi- However, this exclusion does not apply to the un- tional"insured"under this provision only to the intended discharge of an airbag. extent such person or organization is not This coverage is excess over any other collectible named as an "insured" by separate endorse- insurance or warranty providing such airbag cov- ment to this policy. erage. C. EMPLOYEES AS INSUREDS I. AUTO LOAN/LEASE GAP COVERAGE The following is added to Paragraph A.1.Who Is The following is added to Section III - Physical An Insured Section II - Covered Autos Liability Damage Coverage, Paragraph C. Limits of Insur- Coverage: ance. Any"employee" of yours is an "insured"while us- 4. In the event of a total "loss" to a covered ing a covered "auto"you don't own, hire or borrow "auto", we will pay any unpaid amount due on in your business or your personal affairs. the lease or loan for a covered "auto", less: D. INCREASED COVERAGE- BAIL BONDS a. The amount under the Physical Damage The Supplementary Payments Coverage Exten- Coverage section of the policy;and sion of Section II - Covered Autos Liability Cover- b. Any: age is amended as follows: The Limit of Insurance in paragraph A.2.a.(2) is (1) Overdue le payments at the increased to$5,000. time of the"loss";an E. INCREASED COVERAGE - LOSS OF EARN- (2) Financial penalties imposed under a INGS lease for excessive use, abnormal wear and tear or high mileage; The Supplementary Payments Coverage Exten- (3) Security deposits not returned by the sion of Section II - Covered Autos Liability Cover- lessor; age is amended as follows: The Limit of Insurance in paragraph A.2.a.(4) is {4} Costs for extended warranties, Credit increased to $1,000. Life Insurance, Health, Accident or Disability Insurance purchased with F. FELLOW EMPLOYEE COVERAGE the loan or lease; and The Fellow Employee Exclusion contained in Sec- (5) Carry-over balances from previous tion II-Covered Autos Liability Coverage does not loans or leases. apply. This coverage is excess over any other col- J. GLASS REPAIR- NO DEDUCTIBLE lectable insurance. G. COVERAGE EXTENSION-TRANSPORTATION The following is added to Paragraph D. Deductible EXPENSES of Section III - Physical Damage Coverage: Paragraph A.4.a. Transportation Expenses of Any Comprehensive Coverage deductible shown Section III - Physical Damage Coverage is in the Declarations does not apply to "loss" to amended as follows: glass when you elect to patch or repair rather than replace the glass. 1. The Limits of Insurance are increased to $75 K. INCREASED COVERAGE - ELECTRONIC per day to a maximum of$2,500. EQUIPMENT Page 2 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 0215 Office, Inc., with its permission The$1,000 limit indicated in Paragraph C.1.b.un- The following is added to Paragraph A.4. Cover- der Section III - Physical Damage Coverage is in- age Extensions of Section III - Physical Damage creased to$2,500. Coverage: L. EXTENDED COVERAGE - PERSONAL PROP- If hired "autos" are covered "autos" for Covered ERTY Autos Liability Coverage and if Physical Damage The following is added to Paragraph A.4. Cover- Coverage is provided for any"auto"you own,then age Extensions of Section III - Physical Damage the Physical Damage coverages provided are ex- tended to autos you lease, rent, hire or borrow Coverage: from someone other than your"employees", part- Physical Damage Coverage on a covered "auto" ners or members of their households subject to the may be extended to `loss" to your personal prop- following: erty or, if you are an individual,the personal prop- 1. The most we will pay in any one 'loss" is the erty of a family member, that is in the covered lesser of: "auto" at the time of 'loss" and caused by an "ac- cident' and resulting from the ownership, mainte- a. The actual cash value of the"auto"; nance or use of a covered "auto". b. The cost to repair or replace the"auto";or The insurance provided by this coverage exten- C. $100,000. sion is excess over any other collectible insur- ance. The most we will pay for any one"loss" un- 2. Paragraph 1.above is subject to a deductible. der this coverage extension is$500. However,our The deductible shall be equal to the amount of payment for"loss"to personal property will only be the highest deductible shown for any owned for the account of the owner of the property. "auto" of the same classification for that cov- Under this provision, personal property does not erage. In the event there is no owned "auto" include and we will not pay for'loss" of currency, of the same classification,the highest deduct- coins, securities or contraband. ible for any owned auto" will apply for that coverage. No deductible applies to this coverage extension. No deductible will apply to 'loss" caused by M. TOWING fire or lightning. Paragraph A.2. Towing of Section III - Physical 3. Hired Auto Physical Damage Coverage is Damage Coverage, is replaced by the following: subject to the following: If a private passenger type "auto" or light truck a. If symbol 8 is shown in the Covered Auto "auto"(0-10,000 Lbs.GVW)is provided both Com- section of the Declarations page for any of prehensive and Collision Coverage,we will pay up the Physical Damage coverages,then the to $150 for towing and labor costs incurred each Hired Auto Physical Damage coverage time such "auto" is disabled. If a medium, heavy described in this endorsement does not or extra-heavy truck or extra-heavy Truck-tractor apply. "auto"(greater than 10,000 Lbs. GVW) is provided b. Other than indicated in Paragraphs a. di- both Comprehensive and Collision Coverage, we rectly above, coverage provided under will pay up to $250 for towing and labor costs in- this provision will be excess over any curred each time such "auto" is disabled. How- other collectible insurance or coverage. ever, the labor must be performed at the place of disablement. 4. In addition to the limit set forth in Paragraph 1. N. FIRE EXTINGUISHER RECHARGE above we will pay up to $500 per day, to a maximum of$3,500 per"loss"for: The following is added to Paragraph A.4. Cover- a. Any costs or fees associated with the age Extensions of Section IV - Physical Damage 'loss"to a hired "auto";and Coverage: When fire extinguishers are kept in your covered b. Loss of use of the hired"auto", provided it "auto"and any are discharged in an attempt to ex- is the consequence of an "accident" for tinguish a fire, we will pay the lesser of the actual which you are legally liable, and as a re- cost of recharging or replacing such fire extin- sult of which a monetary loss is sustained guisher(s). by the leasing or rental concern. No deductible applies to this coverage However, Paragraph AA.b. Loss of Use Ex- penses under Section III - Physical Damage Cov- 0. HIRED AUTO PHYSICAL DAMAGE COVER- erage of the Business Auto Coverage Form does AGE not apply. P. RENTAL REIMBURSEMENT COVERAGE CL CA 01 49 0215 Includes copyrighted material of Insurance Services Page 3 of 5 Office, Inc., with its permission We will pay for rental reimbursement expenses in- (3) Your members or managers, if you curred by you for the rental of an "auto" because are designated in the Declarations as of"loss"to a covered "auto". a limited liability company; 1. Payment applies in addition to the otherwise (4) Your executive officers if you are des- applicable amount of each coverage you have ignated in the Declarations as an or- on the covered "auto". ganization other than an individual, 2. No deductible applies to this coverage. partnership,joint venture or limited li- ability company; and 3. We will pay only for those expenses incurred during the policy period beginning 24 hours af- {5) The spouse any person named in 1 ter the"loss"and ending, regardless of the ex- Paragraphs .a.(1}. through 1.a piration date of the policy, with the lesser of while a resident of the same housse- e- the following number of days: hold; a. The number of days when the covered Except: "auto" has been repaired or replaced, or (a) Any "auto" owned by that individ- b. 45 days. ual or by any member of his or her household. 4. Our payment is limited to the lesser of the fol- (b) Any"auto"used by that individual lowing amounts: or his or her spouse while working a. Necessary and actual expenses incurred; in a business of selling, servicing, or repairing or parking "autos". b. Not more than$75 for any one day; 2. Changes In Auto Medical Payments And 5. We will pay up to an additional $300 for the Uninsured And Underinsured Motorists reasonable and necessary expenses you in- Coverages cur to remove your materials and equipment The following is added to Who Is An Insured: from the covered"auto"and replace such ma- Any individual named in 1.a above and his or terials and equipment on the rental "auto". her "family members"are"insured"while "oc- 6. This coverage does not apply while there are cupying" or while a pedestrian when being spare or reserve "autos" available to you for struck by any"auto" you don't own except: your operations. Any"auto" owned by that individual or by any 7. If"loss"results from the total theft of a covered "family member". "auto" of the"private passenger type", we will 3. Changes In Physical Damage Coverage pay under this coverage only that amount of your rental reimbursement expenses which is Any private passenger type "auto" you don't not already provided for under the Physical own, hire or borrow is a covered "auto" while Damage Coverage Extension of the Business in the care,custody or control of any individual Auto Coverage Form or any endorsements named in Q.1.a. above or his or her spouse thereto while a resident of the same house-hold ex- However, this provision does not apply to the cept: extent that rental reimbursement is provided a. Any "auto" owned by that individual or by by separate endorsement to this policy. any member of his or her household; or Q. DRIVE OTHER CAR COVERAGE b. Any"auto"used by that individual or his or 1. The following is added to Section II -Covered her spouse while working in a business of Autos Liability Coverage: selling,servicing, repairing or parking"au- tos". a. Any "auto" you don't own, hire or borrow 4. The most we will pay for the total of all dam- is a covered "auto" for Liability Coverage ages under Covered Autos Liability Uninsured while being used by: Motorists Coverage and Underinsured Motor- (1) You, if you are designated in the Dec- ists Coverage is the Limit Of Insurance shown larations as an individual; in the Declarations as applicable to owned (2) Your partners or members, if you are "autos". designated in the Declarations as a 5. Our obligation to pay for, repair, return or re- partnership or joint venture; place damaged or stolen property under Phys- ical Damage Coverage, will be reduced by a deductible equal to the amount of the highest Page 4 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 0215 Office, Inc., with its permission deductible shown for any owned private pas- prejudice the coverage provided to you. However, senger type "auto" applicable to that cover- this provision does not affect our right to collect age. If there are no owned private passenger additional premium or exercise our right of cancel- type "autos", the deductible shall be $250 for lation or nonrenewal. Comprehensive Coverage and $500 for Colli- U. LIBERALIZATION sion Coverage. No deductible will apply to "loss"caused by fire or lightning. If we revise this endorsement to provide greater 6. Additional Definition coverage without additional premium charge, we will automatically provide the additional coverage As used in this DRIVE OTHER CAR Provi- to all endorsement holders as of the day the revi- sion: sion is effective in your state. "Family member" means a person related to the individual named in 1.a. by blood, mar- riage or adoption who is a resident of the indi- vidual's household, including a ward or foster child. R. KNOWLEDGE OF AN ACCIDENT,CLAIM,SUIT OR LOSS The following is added to Paragraph A.2. of Sec- tion IV- Business Auto Conditions: Your obligation to provide prompt notice of an"ac- cident", claim, "suit' or "loss" is satisfied if you or a person designated by you to be responsible for insurance matters is notified of, or in any manner made aware of an"accident",claim,"suit"or"loss" and provides us such notice as soon as practica- ble S. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT The following is added to Paragraph A.5 of Sec- tion IV- Business Auto Conditions: We waive any right of recovery we may have against a person or organization because of pay- ments we make for "bodily injury" or "property damage"when you and such person or organiza- tion have agreed in writing in a contract or agree- ment to waive such right of recovery, provided: 1. Such written contract or agreement was: a. Made prior to the "accident" or "loss" resulting in the covered "bodily injury" or "property damage"; and b. Was in effect at the time of the covered "bodily in- jury" or"property damage". 2. The covered "bodily injury" or "property damage" must arise out of the operations specified in such written contract or agreement. 3. At our request you must provide us with a copy of the aforementioned written contract or agreement. T. UNINTENTIONAL OMISSIONS The following is added Paragraph 6.2. of Section IV- Business Auto Conditions: If you fail to disclose any hazards existing at the inception date of this policy, such failure will not CL CA 01 49 0215 Includes copyrighted material of Insurance Services Page 5 of 5 Office, Inc., with its permission h This page has been left blank intentionally. 1 f. The indemnitee: (3) A limited liability company, you are an in- (1) Agrees in writing to: su:red. Your members are also insureds, but only with respect to the conduct of your (a) Cooperate with us in the investigation, business. Your managers are insureds, but settlement or defense of the""suit''"; only with respect to their duties as your (b) Immediately send us copies of any managers. demands, notices, summonses or legal (4) An organization other than a partnership, papers received in connection with the joint venture or limited liability company, "suit'"; you are an insured. Your "executive offi- (c) Notify any other insurer whose coverage cers" and directors are insureds, but only is available to the indemnitee; and with respect to their duties as your officers (d) Cooperate with us with respect to coon- or directors. Your stockholders are also in- dinating other applicable insurance sureds, but only with respect to their liability available to the indemnitee; and as stockholders. (2) Provides us with written authorization to: (5) A trust, you are an insured. Your trustees are also insureds, but only with respect to (a) Obtain records and other information their duties as trustees. related to the"suit"; and b. Each of the following is also an insured: (b) Conduct and control the defense of the (1) Your "volunteer workers" only while per- indemnitee in such"suit". forming duties related to the conduct of So long as the above conditions are met, actor- your business, or your "employees", other neys' fees incurred by us in the defense of that in- than either your "executive officers" (if you deminitee, necessary litigation expenses incurred are an organization other than a partner- by us and necessary litigation expenses incurred ship, joint venture or limited liability com- by the indemnitee at our request will be paid as pany) or your managers (if you are a limited Supplementary Payments. Notwithstanding the liability company), but only for acts within provisions of Paragraph 2.b.(2) of Section I — the scope of their employment by you or Coverage A—Bodily Injury And Property Damage while performing duties related to the con- Liability, such payments will not be deemed to be duct of your business. However, none of damages for"bodily injury" and "property damage" these "employees" or "volunteer workers" and will not reduce the limits of insurance. are insureds for: Our obligation to defend an insured's indemnitee (a) "Bodily injury" or"personal and advertis- and to pay for attorneys' fees and necessary litiga- ing injury": tion expenses as Supplementary Payments ends (i) To you, to your partners or members when we have used up the applicable limit of in- (if you are a partnership or joint ven- surance in the payment of judgments or settle- ture), to your members (if you are a ments or the conditions set forth above, or the limited liability company), to a co- terms of the agreement described in Paragraph f. Itemployee" in the course of his or above, are no longer met. her employment or performing duties SECTION 11—WHO IS AN INSURED related to the conduct of your busi- 1. Except for liability arising out of the ownership, ness or to your other "volunteer maintenance or use of"covered autos": workers" while performing duties re- lated to the conduct of your busi- a. If you are designated in the Declarations as: ness; (1) An individual, you and your spouse are (ii) To the spouse, child, parent, brother insureds, but only with respect to the con- or sister of that co-"employee" or duct of a business of which you are the sole "volunteer worker"as a consequence owner. of Paragraph(a)(i)above; or (2) A partnership or joint venture, you are an, (iii) For which there is any obligation to insured, Your members, your partners, and share damages with or repay some- their spouses are also insureds, but only one else who must pay damages with respect to the conduct of your busi- because of the injury described in ness. Paragraphs(a)(i)or(!I)above. CU 00 0112 07 ISO Properties, Inc., 2007 Page 9 of 17 (b) "Property damage"to property: b. Anyone else while using with your permission a (I) Owned, occupied or used by, "covered auto" you own, hire or borrow is also (ii) Rented to, in the care, custody or an insured except: control of, or over which physical (1) The owner or anyone else from whom you control is being exercised for any hire or borrow a"covered auto". This excep- purpose by tion does not apply if the"covered auto" is a you, any of your"employees", "volunteer trailer or semitrailer connected to a "cov- workers", any partner or member (if you ered auto"you own, are a partnership or joint venture), or (2) Your "employee" if the "covered auto" is any member (if you are a limited liability owned by that "employee" or a member of company). his or her household. (2) Any person (other than your "employee" or (3) Someone using a "covered auto," while he "volunteer worker"), or any organization or she is working in a business of selling, while acting as your real estate manager. servicing, repairing, parking or storing (3) Any person or organization having proper ""autos"" unless that business is yours. temporary custody of your property if you (4) Anyone other than your "employees", part- die, but only: ners (if you are a partnership), members (if (a) With respect to liability arising out of the you are a limited liability company), or a maintenance or use of that property; lessee or borrower or any of their "employ- and ees,", while moving property to or from a (b) Until your legal representative has been "covered auto". appointed, (5) A partner (if you are a partnership), or a (4) Your legal representative if you die, but only member (if you are a limited liability com- with respect to duties as such. That repre- pany) for a"covered auto" owned by him or sentative will have all your rights and duties her or a member of his or her household, under this Coverage Part, (6) "Employees" with respect to "bodily injury" c. Any organization you newly acquire or form, to any fellow"employee" of the insured aris- ing out of and in the course of the fellow other than a partnership,joint venture or limited "employee's" employment or while perform- liability company, and over which you maintain ing duties related to the conduct of your ownership or majority interest, will qualify as a business. Named Insured if there is no other similar in- surance available to that organization. How- c. Anyone liable for the conduct of an insured ever: described above is also an insured, but only to (1) Coverage under this provision is, afforded the extent of that liability. only until the 90th day after you acquire or 3. Any additional insured under any policy of"under- form the organization or the end of the pol- lying insurance"' will automatically be an insured icy period, whichever is earlier; under this insurance, (2) Coverage A does not apply to"bodily injury" If coverage provided to the additional insured is or "property damage" that occurred before required by a contract or agreement, the most we you acquired or formed the organization; will pay on behalf of the additional insured is the and amount of insurance required by the contract, less (3) Coverage B does not apply to "personal any amounts payable by any "underlying insur- and advertising injury" arising out of an of- ance". fense committed before you acquired or Additional insured coverage provided by this in- formed the organization, surance will not be broader than coverage pro- 2. Only with respect to liability arising out of the own- vided by the"underlying insurance". ership, maintenance or use of"covered autos": No person or organization is an insured with respect a. You are an insured. to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. Page 10 of 17 a ISO Properties, Inc.. 2007 CU 00 01 12 47 POLICY NO: CPA 6013661-23 COMMERCIAL LIABILITY UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Al #6.0 ADDITIONAL INSURED - PRIMARY NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM Paragraph 5.Other Insurance of SECTION IV-CONDITIONS,COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM is deleted and replaced with the following: S. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance,whether primary, excess,contingent or on any other basis except as shown under 5.c.below.This condition will not apply to insurance specifically written as excess over this Coverage Part. When this insurance is excess,we will have no duty under Coverages A or B to defend the insured against any"suit"if any other insurer has a duty to defend the insured against that"suit". If no other insurer defends,we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. b. When this insurance is excess over other insurance,we will pay only our share of the"ultimate net loss"that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance;and (2) The total of all deductible and self-insured amounts under all that other insurance. c. The insurance is excess of all other insurance available to an additional insured whether on a primary, excess, contingent or any other basis. But, if required by a written contract or written agreement to be primary and noncontributory, this insurance will be primary to, and will not seek contribution from, any insurance on which the additional insured is a Named Insured. No other coverage or limit in the policy applies to loss or damage insured by this coverage. Includes copyrighted material of Insurance Services Page 1 of 7 Office, Inc., with its permission J KENT SPECIAL PROVISIONS TABLE OF CONTENTS J PAGE DIVISION 1 GENERAL REQUIREMENTS 1-1 ..................................... J 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-12 1-07 Legal Relations and Responsibilities to the Public................. 1-15 1-08 Prosecution and Progress ................................................. 1-19 1-09 Measurement and Payment .............................................. 1-24 1-10 Temporary Traffic Control ................................................ 1-26 _J DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 y 8-09 Raised Pavement Markers ................................................ 8-1 8-21 Permanent Signing.......................................................... 8-28 8-22 Pavement Marking .......................................................... 8-29 KENT STANDARD PLAN ................................................................... A-1 l APPEND 1 X A, LOCAT I OR MAP AND S 208 STREET ADVANCE WARNING IMPROVEMENT PROJECT................................................ A-2 TRAFF I C CONTROL PLANS .............................................................. A-3 PREVAILING WAGE RATES.,............................................................. A-4 A i J J 1 1 2016 Paint Line Striping & RPM Repl/Araucto March 22, 2016 Project Number: 15-3001 J KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 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 a 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. J 1 - GENERAL REQU 1 REMENTS 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 BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account A HR Hour M GAL Thousand gallons N I C Not In Contract . SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2016 Paint Line Striping & RPM Repl/Araucto 1 - 1 March 22, 2016 _, Project Number: 15-3001 r t- 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 L agreements, change orders, and subsurface boring logs (if any). r Also incorporated in the Contract by reference are: �- 1 . Standard Plans (M21-01) for Road, Bridge and Municipal r- Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; r— 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: r L. Incidental Work F The terms "incidental to the project," "incidental to the involved bid L 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 L Section 1-04.1 (Intent of the Contract). No additional payment will be made. F L 1-02 BID PROCEDURES AND CONDITIONS r SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-02.1 Qualification of Bidders F L Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City r- reserves the right to take any action it deems necessary to ascertain L the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid r documents. The City will use this qualification data in its decision to L determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the I- 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, r determines is also responsible and able to perform the contract work L (the "lowest responsive and responsible bidder"). 2016 Paint Line Striping & RPM Repl/Araucto 1 - 2 March 22, 2016 Project Number: 15-3001 L. SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and Kent Special Provisions. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal _J 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 BYADD/NG 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 y 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 2016 Paint Line Striping & RPM Repl/Araucto 1 - 3 March 22, 2016 Project Number: 15-3001 r- L Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the r Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. r SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: '- 1-02.9 Delivery of Proposal r L- 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 r- time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: F L. 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder L. may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized L person, and 2. The Contracting Agency receives the request before the time for F opening Bids. L_ The original Bid Proposal may be revised and resubmitted as the official F Bids Proposal if the Contracting Agency receives it before the time for opening Bids. r SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-02.11 Combination and Multiple Proposals F- L 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 r- are specifically called for; however, a person, firm, or corporation that L has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal F or quoting prices to other bidders or from making a prime proposal. L SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM r 1(a) WITH THE FOLLOWING: L 1-02.13 Irregular Proposals r L a. The bidder is not prequalified when so required. L 2016 Paint Line Striping & RPM Repl/Araucto 1 - 4 March 22, 2016 r Project Number: 15-3001 L J SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" W►TH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK J 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 2016 Paint Line Striping & RPM Repl/Araucto 1 - 5 March 22, 2016 Project Number: 15-3001 r L_ proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item r prices in the contract. L SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL F PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, L "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. r SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: r L 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda r L. 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 L 7. Kent Standard Plans 8. WSDOT Standard Plans L SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS 1 AND 2). r' L SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: L 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be L 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. L SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT r TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: L Within 14 calendar days of delivery of the change order the contractor r shall endorse and return the change order, request an extension of time L. for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the F Contractor fails to comply with these requirements. Changes normally L noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the r unit prices that apply. The Contractor shall respond immediately to L changes shown on field stakes without waiting for further notice. r L 2016 Paint Line Striping & RPM Repl/Araucto 1 - 6 March 22, 2016 r Project Number: 15-3001 L 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 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties a Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), 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 rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup A 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 2016 Paint Line Striping & RPM Repl/Araucto 1 - 7 March 22, 2016 a Project Number: 15-3001 r 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. L 1-05.4 Conformity With and Deviations From Plans and Stakes r 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 r— the time specified by the Engineer, or fails to perform any part of the L work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and r remedy that work by any means that the Engineer may deem L necessary, including the use of City forces or other contractors. r If the Engineer determines that the Contractor's failure to promptly L correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or r damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. L Direct and indirect costs incurred by the City attributable to correcting F and remedying defective or unauthorized work, or work the Contractor t— 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 L limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or L damaged by correction, removal, or replacement of the Contractor's unauthorized work. r L No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of r the City's rights provided by this section nor shall the exercise of this L 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 9-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: r L. 1-05.1 O Guarantees r n 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 r practice in connection with the purchase of any equipment, materials, L or items incorporated into the project. r 2016 Paint Line Striping & RPM Repl/Araucto 1 - 8 March 22, 2016 Project Number: 15-3001 L 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 J 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 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. 2016 Paint Line Striping & RPM Repl/Araucto 1 - 9 March 22, 2016 Project Number: 15-3001 r L. 1-05.11 (2) Final Inspection and Physical Completion Date i r- When the Contractor considers the work physically complete and the L 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 r 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 L 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. r- If action to correct the listed deficiencies is not initiated within seven L (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 L costs incurred to correct the deficiencies from monies due or to become due the Contractor. r- L Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered F physically complete. That date shall constitute the Physical Completion L Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. L_ 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a L 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 L_ 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 r operational testing they shall be fully tested under operating conditions L for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify r testing time periods, the default testing time period shall be twenty-one L (21) calendar days. r During and following the test period, the Contractor shall correct any L- 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 L shall be tested under the observation of the Engineer, so that the 2016 Paint Line Striping & RPM Repl/Araucto 1 - 10 March 22, 2016 r Project Number: 15-3001 L Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: Pavement Grinding and Paving at the followin street sections: Street Location Map Key(s) A 3 Ave S S Crow St south 1600 ft 375 80 Ave S S 194 St - S 192 St 451 SE 202 St 92 Ave S - S 203 PI 471 SE 212 St 107 Ave SE - 108 Ave SE 42 116 Ave SE SE 248 St - SE 244 St 93 116 Ave SE SE 240 St- SE 234 St 95, 96, 97,& 98 261 St/76 Ave S 80 Ave S - S 266 St 368 124 Ave SE Kent Kangley Rd - SE 256 St 505 to 513 2016 Paint Line Striping & RPM Repl/Araucto 1 - 11 March 22, 2016 Project Number: 15-3001 r. 124 Ave SE Kent Kangley Rd — SE 270 St 515 SE 132 Ave SE SE 263 PI — SE 268 St 181, 182 Citywide installation of plastic pavement marking. Project F 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. 2016 Asphalt Overla s r Street Location Map Key(s) 180 ft W of Jason Ave N — 104 James Street Ave SE Vic 348 116 Ave SE SE 248 St — SE 256 St Vic. 88 Lakeside Blvd E W James St — S 236 St Vic. 300 5 236 St Lakeside Blvd E — 64 Ave S Vic. 311 r SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L. SECTIONS: I- 1-05.16 Water and Power L I- The Contractor shall make necessary arrangements, and shall bear the L costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless r otherwise provided for in other bid items. L 1-05.17 Oral Agreements F No oral agreement or conversation with any officer, agent, or employee L 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 .L 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 L the City. 1-06 CONTROL OF MATERIAL r L SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. F 1-06.2(2) Statistical Evaluation of Materials for Acceptance L SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW F SECTIONS: L 1-06.6 Submittals r 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high r" contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 2016 Paint Line Striping & RPM Rep[/Araucto 1 - 12 March 22, 2016 Project Number: 15-3001 L 1 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. 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. 2016 Paint Line Striping & RPM Repl/Araucto 1 - 13 March 22, 2016 Project Number: 15-3001 F7 L. Content of submittals: I" 1 . Each submittal shall include all of the items required for a L. complete assembly or system. r 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 r 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. L. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum r bid item, provide a reference to the applicable KSP paragraph. L 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. t— 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: L. 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval FF of a deviation is sought. L 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate !+' meets or exceeds the Contract requirements. L 3. State the reduction in Contract Price, if any, which is offered to the City. F- L The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. r' L.. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: r L 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 L not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections r that shall be made by the Contractor and subject to its i 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 L resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major r inconsistencies, errors or insufficient information that shall be I. F 2016 Paint Line Striping & RPM Repl/Araucto 1 - 14 March 22, 2016 Project Number: 15-3001 L. 1 resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELAT I ONS AND RESPONS I B I L I T I ES TO THE PUBL I C 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 _J on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shalt 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 J exception. The City will pay the retained percentage only if the Contractor has A obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 2016 Paint Line Striping& RPM Repl/Araucto 1 - 15 March 22, 2016 Project Number: 15-3001 F L 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department F of Revenue, whether the amount owed is related to this contract or not. L Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 L WAC 458-20-171, and its related rules apply to building, repairing, or r 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 r includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. L. 1-07.20) State Sales Tax — Rule 170 F. L. WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real F' property. This includes, but is not limited to, the construction of L 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 L 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 L.. road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this r personal property becomes a part of the realty by virtue of installation. L For work performed in these cases, the Contractor shall collect from the r City, retail sales tax on the full contract price. The City will L 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 r unit Bid Item prices, or in any other contract amount subject to Rule L 170, with the following exception. r 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 r- project. Such sales taxes shall be included in the unit Bid Item prices L. or in any other contract amount. r 1-07.2(4) Services L The Contractor shall not collect retail sales tax from the City on any F' contract wholly for professional or other services (as defined in L Washington State Department of Revenue Rules 138 and 224). 2016 Paint Line Striping & RPM Repl/Araucto 1 - 16 March 22, 2016 F Project Number; 15-3001 L 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. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. a 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 IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by 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 2016 Paint Line Striping & RPM Repl/Araucto 1 - 17 March 22, 2016 J Project Number: 15-3001 r Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. r SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: L_ 1-07.17(3) Utility Markings r Once underground utilities are marked by the utility owner or its agent, L and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the r 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 F and repair of all identified or suspected underground utilities specified L_. in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related r 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. L 1-07.17(5) Notification of Excavation F L. 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 L. of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. L.. 1-07.17(6) Site I nspection r Contractor warrants and represents that it has personally, or through L 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 L utilities within those areas. r The following list of contacts is provided only as a convenience L_ to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. r L Centuryl-ink Comcast Jason Tesdal Jerry Steele r (206) 345-3488 (253) 288-7532 L (203) 683-4242 (cell) (206) 391-1763 (cell) 2016 Paint Line Striping & RPM Rep]/Araucto 1 - 18 March 22, 2016 r Project Number: 15-3001 L Puget Sound Energy Verizon Chang Pak Brad Landis '-' (253) 395-6988 (425) 201-0901 (425) 449-6735 (cell) (425) 766-1740 (cell) -� SECTION 1-07.IS IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance -.J 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: 2016 Paint Line Striping & RPM Repl/Araucto 1 - 19 March 22, 2016 J Project Number: 15-3001 r� 1 . To review the initial progress schedule. r, 2. To establish a working understanding among the various parties associated or affected by the work. u 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. L The Contractor shall prepare and submit for approval, at or prior to the n preconstruction conference the following: ' 1 . A price breakdown of all lump sum items. r 2. A preliminary construction schedule. L 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) r 5. Spill Prevention, Control, and Countermeasures (SPCC) Plan for L approval. 6. Traffic Control Plan (TCP) for approval. I-� 7. Request to sublet, for approval by the Engineer, of all L., subcontractors. r' SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: L: 1-08.4 Notice to Proceed, Prosecution and Hours of Work r' L_, 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 L writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The F , 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 5, L 2016. The Contractor shall notify the Engineer in writing a minimum of 10 calendar days in advance of the date on which the Contractor r' intends to begin work. The Work thereafter shall be prosecuted L- 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 L responsibility to complete the work within the time(s) specified in the Contract. F L 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 L p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum c one-hour lunch break in each working day. The normal straight time L 8-hour working period for the contract shall be established at the 2016 Paint Line Striping & RPM Repl/Araucto 1 - 20 March 22, 2016 r Project Number; 15-3001 L y J preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the A 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. 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 J Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other 2016 Paint Line Striping & RPM Repl/Araucto 1 - 21 March 22, 2016 Project Number; 15-3001 r L 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, L and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing r survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. L. 1-08.4(B) General r L.. 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 L 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 L or for other reasons beyond the City's control. F The original and all supplemental progress schedules shall not conflict L with any time and order-of-work requirements in the contract. r If the Engineer deems that the original or any necessary supplemental L progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed F information has been submitted by the Contractor and approved by the L.. Engineer. F- The Engineer's acceptance of any schedule shall not transfer any of the L_ Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules F to ensure completion of the work within the times specified in the L contract. r SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND L_ 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, L in which case, time will begin on the starting date specified. r- L r L r 2016 Paint Line Striping & RPM Repl/Araucto 1 - 22 March 22, 2016 Project Number: 15-3001 L I J SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: J 1-08.6 Suspension of Work A If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as 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. 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 J impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. 2016 Paint Line Striping & RPM Repl/Araucto 1 - 23 March 22, 2016 Project Number: 15-3001 r L The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- r 05.1 . ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: r L 1 . Failure to obtain all materials and workers. r 1-09 MEASUREMENT AND PAYMENT L SECTION 1-09.2(7) IS REVISED BY REPLACING "TRUCKS AND TICKETS" r WITH THE FOLLOWING: L 1-09.2(1) General Requirements for Weighing Equipment r L Trucks and Tickets r Each truck to be weighed shall bear a unique identification number. L 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. L All tickets shall, at a minimum, contain the following information: r 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, L 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 L recorded on the ticket. 6. Weighman's identification. 7. Contract number. L 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. L The vehicle operator shall deliver the ticket in legible condition to the r material receiver at the material delivery point. SECTION 9-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW r SECTION: L 1-09.9(2) City's Right to Withhold Certain Amounts r In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments r otherwise due to the Contractor, including nullifying the whole or part t_ of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be r necessary to cover the following: L r 2016 Paint Line Striping & RPM Repl/Araucto 1 - 24 March 22, 2016 Project Number: 15-3001 L 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering J and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned A 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 A 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. J 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. 2016 Paint Line Striping & RPM Repl/Araucto 1 - 25 March 22, 2016 Project Number: 15-3001 r` L� 1-10 TEMPORARY TRAFFIC CONTROL L SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r, 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 L Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn r- 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 BY ADDING THE FOLLOWING: r 1-10.2(1) General L The TCS shall be certified as a work site traffic control supervisor by r one of the following: L. Evergreen Safety Council 401 Pontius Avenue North L Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 r The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 L SECTION 1-10.4(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 1-10.4(1) Lump Sum Bid for Project (No Unit Items) F The proposal contains the item "Project Temporary Traffic Control," L lump sum. The provisions of Section 1-10.4(1) shall apply. r L F L F L r- L 2016 Paint Line Striping & RPM Rep[/Araucto 1 - 26 March 22, 2016 r Project Number: 15-3001 L DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-09 RAISED PAVEMENT MARKERS J SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new raised pavement markers (RPM) to replace damaged and missing RPMs upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown on 2016 RPM Replacement Project Location Map or as directed by the Engineer. Removal of existing damaged RPMs shall be included in the unit bid price for this item unless otherwise specified. This Work also includes ' cleanup and disposal of cuttings and other resultant debris. The color of pavement markers shall conform to the color of the ' marking for which they supplement, substitute for, or server as a positioning guide for. Unless otherwise noted, raised pavement markers shall be installed in strict conformance to Kent Standard Plans 6-73M and 6-74M. ' The Contractor shall replace all damaged and missing RPMs upon roadway(s) with the smallest location id number first before proceeding with the same activity upon roadway with the next lowest location id number. The Contractor shall immediately cease RPM installation when the total installed RPM quantities equal the total RPM contract quantity, or as directed by the Engineer. SECTION 8-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-09.3(8) Reporting For each week that RPM Work is performed, the Contractor shall submit a report summarizing the accomplished work. The report shall be in adequate detail to determine the number of RPM, color and type, installed on each location described on the location map. The report shall be submitted to the Engineer by the end of the week following the RPM 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 RPM installed for each type and color. 2016 Paint Line Striping & RPM Repl/Araucto 8 - 27 March 22, 2016 Project Number: 15-3001 r SECTION B-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the r� Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent L ' Special Provisions. 2. Remove all sand, or other waste materials deposited on the r pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the r street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. �~ 4. Take suitable care so as not to damage the underlying pavement L surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. L- 8-21 PERMANENT S I GN 1 NG r L SECTION 8-21.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F, 8-21.1 Description L This Work consists of furnishing and installing permanent signing on r S 208 St in accordance with the Advance Warning Improvement Protect L schematic Plan, these Specifications, and at the locations determined in the field by the Engineer. F_ L The following is the sign schedule: r Sign Code Qty Size L. W1-8 15 18X24 W1-5L 2 36X36 W13-1 P 2 18X18 L W1-10L 1 36X36 W1-10R 1 36X36 r L SECTION 8-21.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F 8-21.2 Materials L Sign posts shall be rolled carbon sheet steel, ASTM 1011 grade 50 and r be hot dipped galvanized per AASHTO M-120 with minimum yield L strength of 60,000 psi. Sign post shall be 2" square with 7/16" diameter pre-punched holes on 1" center full length of the post on all r sides. L 2016 Paint Line Striping & RPM Repl/Araucto 8 - 28 March 22, 2016 Project Number: 15-3001 t< A Post anchors shall be zinc hot dipped galvanized material meeting ASTM A500 grade B, 7 guage. 2 1/2" x 2 1/2" square Telespar anchor or Engineer approved equivalent. Post anchor length shall be 30". Post -' anchor shall have a 7/16" diameter hole on each side of the post located 2" from the top. SECTION 8-21.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3 Construction Requirements J All sign post shall be installed on concrete foundation and anchor per Kent Standard Plan 6-82aM. The concrete in the sign foundation shall -J be Commercial Concrete in accordance with the requirements of Section 6-02. All signs shall be manufactured and installed in strict compliance with Kent Standard Plan 6-82aM. Each sign post shall only have one sign attached or as directed by the Engineer. Supplemental placard sign W13-1 P shall be installed on the same post as W1-10L and W1-1 OR. The vertical distance from the bottom of the sign to the edge of traveled way shall not be less than 7 feet, except that the vertical distance from the bottom of W1-8 sign to the edge of traveled way shall be not less than 48 inches and not greater than 60 inches. SECT I ON 8-21.3(1) 1 S DELETED AND REPLACED WI TH THE FOLLOWING: 8-21.3(1) Location of Signs Sign locations will be determined in the field by the Engineer. The Contractor shall estimate 12 foot long posts for Bid purposes only. Final length of steel posts will be determined by the Engineer prior to fabrication. 8-22 PAVEMENT MARKING THE LAST SENTENCE OF THE SECOND PARAGRAPH OF SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description a ' 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 BY ADDING THE FOLLOWING: -, 8-22.1 Description This Work also consists of furnishing, and installing traffic paint upon existing traffic curbing. 2016 Paint Line Striping& RPM Rep]/Araucto 8 - 29 March 22, 2016 Project Number: 15-3001 r-- L_ SECTION 8-22.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.2 Materials Painted striping and curbing paint shall be installed using Low VOC r Solvent Based Paint meeting the requirements of Section 9-34. 8-22.3(3) Marking Application r SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-22.3(3)13 Line Patterns �- Double Solid Yellow Center Line - Two solid yellow lines, each 4 r inches wide, separated by a 4-inch space. L Single Solid Yellow Center Line - One solid yellow line, 4 inches r- wide, to delineate adjacent curb, barrier, etc. at select locations. L Skip Center Line - A broken yellow line 4 inches wide. The broken r pattern shall be based on a 40-foot unit consisting of a 10-foot line and L a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. F- L 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 r space. The broken pattern shall be based on a 40-foot unit consisting L 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. L- Skip Lane Line - A broken white line 4 inches wide to delineate F adjacent lanes traveling in the same direction. The broken pattern shall L be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. F- L Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning F movements from through movements, to separate high Occupancy L Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. L 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. r- Dotted Line - A broken white or yellow line, 4 inches wide, matching L 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 Lr 2016 Paint Line Striping & RPM Repl/Araucto B - 30 March 22, 2016 r Project Number: 15-3001 .1 A 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. _J 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. J 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(1) 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 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 B-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. 2016 Paint Line Striping & RPM Repl/Araucto 8 - 31 March 22, 2016 Project Number; 15-3001 r` SECTION B-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L' 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 n 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. r- L 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 L paint will be required to complete all paint markings installed on new r surface-treated roadways or as noted in the Appendix A. Vehicle and L 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: r L 8-22.3(3)F Application Thickness r Marking Material Application HMA PCC BST Groove De th Paint - one coat spray 15 15 15 r SECTION B-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 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. r L The gap spacing specified for skip/broken and dotted lines in Section 8- 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 B-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings L 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 L and collect all pavement marking debris and excess water. Collected 2016 Paint Line Striping & RPM Repl/Araucto 8 - 32 March 22, 2016 r Project Number: 15-3001 L 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 "Painted Double Solid Line" "Painted Single Solid Line" -, "Painted Skip Lane Line" J "Painted Dotted Line" "Painted TWLTL Line" The measurement for the above items 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 �1 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 "Painted 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. 2016 Paint Line Striping& RPM Repl/Araucto 8 - 33 March 22, 2016 J Project Number: 15-3001 r SECTION 8-22.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-22.5 Payment "Painted Double Solid Line," per linear foot r "Painted Single Solid Line," per linear foot "Painted Skip Lane Line," per linear foot L "Painted Dotted Line," per linear foot r "Painted TWLTL Line," per linear foot "Painted Bike Lane Line," per linear foot `- "Painting Traffic Curb," per linear foot L r- L F- L r L r L r- L r L. L F L r L L L L_ r L 2016 Paint Line Striping & RPM Repl/Araucto 8 - 34 March 22, 2016 r Project Number: 15-3001 L J KENT STANDARD PLANS J STREET 6-82aM Sign Post Installation Type A _J J J J l J 2016 Paint Line Striping & RPM Repl/Araucto A - 1 March 22, 2016 Project Number: 15-3001 ' ATTACH SIGNS 30"AND UNDER WITH 2 DRIVE RIVETS,SEE NOTE 5 J ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS,SEE NOTE 6 J SEE NOTES 9 AND 10 I SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL 0 SIGN POST SQUARE 2"x 2", 0 14 GAGE.ALL HOLES 0 PRE-PUNCHED 0 <i 0 o 3" CORNER BOLT, o SEE NOTE 6 0 x FINISHED GRADE 0 5/16"X 1"SS 0 BOLTS WITH 0 SS WASHERS 0 o _ �� ° SET FOUNDATION ON 0 UNDISTURBED NATIVE SOIL I 0 OR COMPACTED MATERIAL ° SET ANCHOR PLUMB AND 3„ ° TRUE,SEE NOTE 3 0 o CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT 0 POURED IN PLACE AROUND STANDARD OR SIGNAL POLE 1011 ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING 6" THE ANCHOR MIN. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR S. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER APPROVED EQUIVALENT. 6. CORNER BOLTS TO BE TL070M.JAMNUTS TL062 2. FOR IN-SIDEWALK INSTALLATIONS,CORE AN 8"DIAMETER HOLE PRIOR TO EXCAVATION. 7, SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS. 3. ANCHOR LENGTH SHALL BE 30",LENGTH MAY BE REDUCED TO 24"OR SIGN POST BASE PLATE INSTALLATION TYPE B MAY BE 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE USED;ONLY 1F APPROVED BY THE CITY OF KENT.ANCHOR MAINTAINED BY THE PROPERTY OWNERS. SHALL HAVE 4 EACH 7/16"DIAMETER HOLES ONE EACH SIDE 2"FROM TOP.FINISH SHALL BE ZINC HOT DIPPED 9. ALUMINUM SIGN BLANK THICKNESS; GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B,7 WARNING AND REGULATORY 30"AND UNDER-0.080". GAUGE,2 1/2"x 2 1/2"TELESPAR ANCHOR OR APPROVED WARNING AND REGULATORY 36"AND OVER -0.125" EQUIVALENT. 10. SHEETING MATERIAL: 4. POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM 1011 WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M-120 SCHOOL SIGNS-3M DIAMOND GRADE DG3 YIELD STRENGTH 60,000 PSI MIN.SQUARE POST SHALL HAVE LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM 7/16"DIAMETER PRE-PUNCHED HOLES ON i"CENTERS FULL LENGTH,FOUR SIDES. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �FFREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �w O WA ENGINEER AND THE CITY OF KENTP ROVED FOR PUBLICATION IS KEPT ON FILE AT A COPY MAY BE OBTAINED UPON REQUEST. ;13 x CITY OF KENT U — z ENGINEERING DEPARTMENT 38296 �w4 KENT SIGN POSTTYPE A oALLATION WA8MINGTON IST ��`�S'IpNA DRAWN DESIGNED OK SCALE NONE STANDARD PLAN CHECKED DATE 06.01.2015 APPROVED 6—vL 82aM M J APPEND I X A. LOCATOR MAP AND J S 208 STREET ADVANCE WARN I NG IMPROVEMENT PROJECT _a J J _J 2016 Paint Line Striping& RPM Repl/Araucto A - 2 March 22, 2016 J Project Number: 15-3001 x c `o N � C C Z U p �•-. <q o o O O O O O O O O O O O O O O O O O O O O O O O O O O O o 0 0 i. L•0 C O O O o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O m c 3 U Z c =a o o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o o c o 0 0 0 0 0 0 0 0 rn C e p u u> c" ^L•L e o 0 0 0 o 0 0 „. 0 0 0 0 0 0 0 0 0 0 o o o o o 0 0 o o 0 0 0 0 Gino Co c o c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 11 0 0 q q .p.a C p C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O p a po op O O O O O O O N N O N N C� N � � � F• v � � � O W axp 6Mi Q A � O O � o u y q u U d � CA o o O O O o 0 c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u Qaa Cp g p p p J U �°s_0 e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u fo c a .0 iqu� o L O 0 o c o 0 c o 0 0 c o 0 0 0 o c o 0 0 o c 0 c o 0 0 0 0 0 0 0 0 � �r9ja C7 co 0 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 � •r$W a Was a W F C O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N c O o O N N P4 6 _ C o mo 83 C u] N O O N O M O O v v O o �G Q G p L �q .� a•o .0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o C o 0 0 0 0 0 0 0 0 0 0 a } a o 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 y w c 9 � d V U U w r � 7 3 � F• P. U !n U u) C.. W VJ to G W y q] fq G. rA cc �'• 3 3 m A m v: w N `c3 cc rkn I? m m m M vNj N tr.` v m I? vw.• I? 05 W N L 0. F. U Vi aA L U o'! L L I C% Vj N L CZ E: [A fA rx !A C ` ¢ � � p F V �G V• c O f�A G N N N r t0 s N L N �U !A M1� tpp M Ci iN�l N n N N N N N N N N N N N "� 3 3 3 3 3 m m m m rn r�A w ui rNn rn � vi vwi m rka � � m vwi of y m m w ai � vi p E m w w w w w w w w m w w w w w w w w w w w w w w w w z u, m m w w m w w rn w w w m w w w w u, w uz w w w m w m w d d d d d d d U p VJ VJ d U d < < < < C o 0 0 0 0 0 0 0 0 0 0 0 o c 0 8 8 S — 8 - o 0 0 0 0 p W W W W W W W W W W W W W x W W W W M M •„i W W x e Q� Tp L W N m £ �, M - — — — — — R ^ — — — - - - - - - a a e e N m 0 o N a x_ — N �i p C� y L S 0 � z a x� C9 F �Ov�O c ou m u O dlo O O O N O O O O O N O O O O O O O O < O O O O O O O O O O O O C2 A 2 2 $ 2 o o c o 0 o C c o o C c 0 o 0 o o o c o 0 o o o c o � m .o c 3� 0 o c o 0 o c c o 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'c a` m Y L m 'c 9m m m M O C Q o 0 0 0 0 0 0 0 o C o C o o O O O O O C o O o G o o C O o o O O G IG C .7 « m '0 �"Y O O O O O O C O O C O O O O O O O O O ^ O O v O O O O D O O O m.]qq J m N w of m IyL�`I7 E me A " L-7 waa c o 0 0 0 0 0 0 0 � o 0 0 0 0 0 o c o c o 0 0 0 0 0 0 0 0 0 0 0 93 C W �h�l y � •Ff_ O vV a o G c p a c m9 �+ n •x o 0 0 0 0 o c c c o 0 o c c o o c c o 0 0 0 o c c o 0 0 o e o c 07 fA r- C C m n y4 °i N N GV w W u w C Y 9pp O ffi m n m in rn m a c m m rn N N N N N N N N t%1 L Vi Vt iq fn m W m d: iq o'ry vl C V] V] C Vi C [. W W [!: m to a VJ 4 a G a 2 C3 N N b < < (O(��J w w cv w w W W W W G w w R` W C W W r W C W W 3: W L•' W w w w W W W W to v1 H V: V: W t C e c E � a W •. '. w W w w w W w w '. ., W w W w W w w W W w w w w w W W w w W u m p u u C m m m p m m U o o u m m m o 0 0 0 0 0 0 0 0 0 0 0 0 0 z w m x 'LG tZ ^ '. e e. � b N C T m z 9E 4 4 T � SQNO O o 0 o O C o o O O C c c o � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 •T� U � C C=0 o c c o c C o 0 0 0 0 0 0 0 o O O o 0 0 0 0 0 . 0 0 0 0 0 0 0 0 V: C Cl. C[7 QC O O O O O O O O O C O O O O w p O O O O O O O O O O O p O O O O �0 m + O O O C C C O G D C o C C O O O O O D C C C O 0 C D O D C O O C CC O ^ca O O O O O G O O C O O O O O O O O O C C C O O O O O O O O O O O Q E G Y� O O O O D O O O O O O a c po pp P. N N N CJ v E Y C C O O O O O O O O C o 0 o O O G O O O O O O O O O O O O O O O O O C m G 4 O O a .�C-C C O O O O O O O O O C C O O C O O O O C G O O O O O O O O O C O C IO Q .7 S E Y Y � 5 o uN� •3 .��;� C O O O � N � � C C C r v 0 � O � O O C O O N � � �C O O O C O O eaQ+ C C q (] 01�C O C O O C O C C C C O O O O O O O C O C O O C O O O O O O O 'p 3 ri Q vi F ap .•. O m cmi a o 0 0 0 G 0 p o 0 0 0 0 0 0 0 0 0 0 O o O o 0 0 0 0 0 0 C b O O b O .. O b c 0pp pp V N 0 O m� d o o c o 0 0 o p o 0 0 0 0 0 c p o 0 0 0 0 0 0 0 0 0 0 0 0 0 o c L-] in Yn m � O N N 3 ce �` C r d T vJ a C. 6. Vi VJ rn iq W 1 m vJ Vl Vi Vj F^ op L W u1 W o h G 0. m Vi � in N 0 m m N o Y A m M F 0 o m m N u N c m .emi h oo 'n n N m N N N N N N N N ci N 4 N N N N N N N 4 N N N qq Ir`. ¢ C= C: L•' Y L-' L CC L-' Ov w V Y U] L' u: L cs7 x fs m m m m in m m m v m m m m � m a m � m m m m m n u m o ¢ u m m m u eG 0 m m m eo m o n m o m m N N { In N N N N N N cPv N CI N N N N b c�v N N N N N N N b N chi Chi b N V m N m m m m m U m m m on m m m m m m m m m to m m m m L ti N k7 4 0 W W W W W W V w w C2 W w w w w w w w w W W W w U w w w w w W -+ 4 4 Y tl 4 m Y tl O tl u 4 U 4 4 a Y m . O . N .. � .. N< � � � NN. .. .N•. .. � � � .N. � N .N. .N. � N .N.. N 4 LO C - - i4 b m H b - - - P d F � � a off. a 'ti c o c c a'c u b o c c ._ ._ CLe S S L d O O o 0 0 0 0 0 0 0 0 0 0 0 0 ❑ o o 0 0 0 0 0 0 0 0 0 0 o O o � 3 � C� r"O o O O o o ❑ o 0 o O C o O o 0 0 0 0 o p o o c o 0 0 0 o O o 0 0�Oin a U ; 0 Q9 0 o c a o o p p o R c o 0 o O O o 0 0 o c o o p O O O o 0 o O p C W p tl tl i O ❑ O O ❑ O O O O O O O O O O O O O O O O O O O O O O O O O O O po 0 o O o 0 0 0 0 0 o c o 0 0 0 0 0 o p o 0 0 0 0 0 o c c c o 0 a u Q� o 0 0 0 = o c o ❑ o 0 0 0 0 0 0 0 0 o c o 0 0 ❑ o 0 0 0 0 0 0 0 �c C, O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Q� Q+ O c c o 0 o c o o ❑ o 0 0 0 0 ❑ o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m ecoa'a c s Ctlr 'mac b 0 3 C o 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 c 5o C u 'O b tl b O O �e 'a���j 0 0 0 o c c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o o ❑ o o � 0 0 9 9 tl o .q ^tl C O < O O O O O eh'•] O O O O O O O C �1 O O O O O O oOhO M M O O N O O eW 02 ]C7 'O tl�v Icy—�'71 W M A O C WW m F ❑ O O O O O tl C ? e � Q •W C tl= C O O O O O O O O O O O O C O O O O O O O C O O O O O O O O O O O O O �� NO O O O O O O O O O O O O O O O C O O O N O O O O O O O O O O O C � h C N N U W c W a v 3 v. C G t b l i a a in ir, c rn rq rq ti a rn w w 3 o a m a ti 3 o m �" � m O W M O M � � M m 00 � M M O'i < O O uO C' M r N (� !' .• N V' N W ib OD G7 h h h h C V < < M M M M M N N O qq C VJ b m e v c w n in Y m c a n m c v a w m c m m n 3 cc c m e w 3 v in m � N n s c n o m e: � u M ao a o eo � � .. o m � � o M v ❑ M h n n F O OOu h N M N M M N N N O N N N N N N N N N ifi N V1 UJ U, m W W C W N N W w w W N W cn W w w U W W (D W W u) cc W VI W W tl d b b b b U b b b b m b C a m g p g N cmi g a m C C C C C _E O q n z 3 � G T 3 U ; - y m .c OMO G p d d?+ c" Oc m 0 o 0 0 0 o a o 0 0 0 c o 0 o N o 0 0 0 0 0 o O o 0 0 0 0 0 0 o 0 0 o c o c o 0 0 0 0 0 0 o p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a CW a o c o 0 o c c o 0 0 p o 0 0 0 0 0 o c o 0 0 0 0 0 o c o c o O G A CO .d C �J G O O O O O O O O O O O O O O O O G O O O O C O O O O O O O O O O QC r� �S. G 33e ° C O O O O O O C O O O O p O O O O O O O O O O O O O O O O O O O O c 's e 'Da u u 3 c O O O O O o C O o O O O O O O O o O O O o C o O O O O O c O O o c tc C1 n1 G G a G G 5 o as G o �J• o �mac� N _ _ w s a d o C o O o 0 o c o e O O O o o O C o O o O p O C O C O o O O o 0 C We oC .•. t7 O O p e e p p p p C p p O p p e p p p O G C p p O O O e p p p p rfj+ ba a� .Q •C � O 0 4 C d,a 3 �m 0 V o 0 0 0 0 0 0 0 o O o 0 0 0 o e a o 0 0 0 0 0 0 0 0 0 0 0 0 o c `9 0 � N N • C , d - O O y X P. v y vw vw wn 3 3 3 3 3 3 N c w ` S ti If, c - m m .G r o m o e• > r m o o �a m m o cc F O eru m w � � T 3 E u' w w '-' w w Z U G G u n d d G G d d } C G G d d n "• id ^ ^ ^ ^ ^ ^ ^ ^ ^' ^ ^ N N N N N N N N N mm+ m m tp m O O m m t0 m [G �D tp O r m ^ C � r r r r F [z ro m e _ a>, ti m C p• C C s e � z m ` e P. •m.m m� U ; e YO'mp o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v: 5J e m o o c o 0 o c o 0 0 0 0 0 0 o c o 0 0 0 0 0 o c o 0 0 o c o o c oe Li rl — N O N N 9. v 7 u m m c X C 9� 3 s o 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u 4 V V Y y V 'V T3 may ►�/� � �� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c O O c o 0 0 0 0 0 0 A � W o 0 0 L' W � o 0 F O Q O O Y C C � Q V r � 0 0 o c o o c c o c o 0 0 0 0 o c c o 0 o c o o e o 0 0 o c o 0 0 3 co N • V] c G: VJ - c S. m05 rn E V: W j f1. V] to to fq C [q V y N y U Vi Y y V VI V V N N m m w a 3 3 w Am m m m m a` m 3 m w w V, or w m N > ; 0 w m V] w V) V) m w V] 6 > > C C > > > > a i > P. d L 6 > > > G G < x x C 6 6 C 6 < d d C d P < d G o < < O 6 d m M < < 6 N e m x m w m N N N n w M C ti O �+ •" O O ^ '• Nam. n N N N N x N b mm Q v g CQ O m b N yj v m) W P N Ifl C1• N e�i N ti ^ c r n N T n en v tTi v N I� Y a O �1 0. Y ¢ L G C O .Va C C m C z _< a_ CZ C 9 C O O O O O C O O O O O C C O O O O O O O O C O O O C O O O O O 3 U ; z C G V> O O O O O O O O O O o OMi O O O O O O 'YVO V]O C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �6 —C sV O C O O C O O C O O O O O O O O O C O O O O O C O O O O O O O O C e m a a o 0 0 q o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e 's d ti'x C C C O O O O C O O O O C O O O O O O O O O O . O O O O O O O O O C C aCO Q•: j V cC O O O O C C O O O O O O C O O C O C O O O O C C O O O O O O O O � � C C '6•7 � c - � - o •Y °c c o n o � o 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 o p o 0 0 � o �I• Cy ��aU N C N �1 "8 m,d•• Iry��ll � cn y W W; N P O O C O N N N m O O O O O O O O O O O C O O C O O O O O C W � C /1_ G• �•� q O p ` [- N p O q O O O O q q q O C G p O q O C O q q p G C p - a 0 S � W M M N off W •„i O M ,_, N r r W „� „� O N N N N d O a d ; pp rn 0 0 m - m x_ W N F• O p W � M h G F CCq q W N V N N W OD W W O Q O •-� ca M C'� N 0 N N N 7 N N 9 N N W V1 I? M N N N W W VJ C W C W. m m m m lr. m rn m m m m m m m m mo m G m w m m m O a S m G F W U. W VI v: b ci m > V7 C _ U co w W m to w VI m rq V1 V7 VJ u) U1 rn rq N W U] W rn w 0 m m d V b b a' < ¢ Q a a ¢ a < < < ¢ ¢ a a < a r4 C V N h •,,, N N N N N N N N N N N N W N M M M m W W W W W W W W W W C CC �- x s a u e z a z o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � m �op3 L c'a e o Q o 0 o c o 0 0 o c ❑ o 0 0 0 0 0 o e � c o 0 0 0 0 0 0 0 � o �Cv�C U 3 cc a:9 o c c o o c c o c o c o o ❑ o o c o ❑ o ti o 0 0 ❑ ❑ o o ❑ ❑ o 0 G A C 9 C O �,j c O O O O O O O O O O O O O O O cc O O O O O O O O O e O � o 0 0 ❑ c ❑ c c o 0 0 0 0 0 0 0 0 ❑ ❑ o o ❑ ❑ ❑ o 0 0 0 o c o c a 3 0°� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 `„'., o o ❑ o o ❑ o ❑ 9 Q p O O O O O O O G O O O O O O O ❑ C O O O O O O O O O O O O O O O O ..7 u O C O o O O O O O O O O o O O O O O o O O O o 0 0 0 0 0 0 o C o x c €e C a S �e �C;� o O O ❑ o o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 5 x 0 !7 3 O•�O C O O O O C O O O O O O O O N O � n C O O O O O O O O O C O O C �m—G7 C C O O O O O O O G O O O O O O O O O O O O O O O O O O O O O O O O O � � c u c o c m j j O O O O O O O C C O O O O O ^ N eO4L O O O O O O O O O O O O O O zC W °O cl 0 0 0 0 0 0 0 0 0 ❑ m O o 0 0 0 �i o 0 0 0 0 0 o O o 0 0 0 0 0 0 a Fd 4 0 ' R m O O Cu O O O O C O O pp p O C F cm^ C CI N O O O c O O .p. O O O O N O CI O O F O O O ? N CJ N Y � p C e p :� a e o o c o 0 0 0 0 0 0 o c o O o ❑ o 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 iF m a m Y c= z p m m _ ¢¢�� � m VJ V y ¢ L-: 6� O Z > G >• .F ill ••�� yy E m m ... � C x N�,1 •6p C 6 G F C O C .G m w c N N m m m m c G ii m z C Z Z G z m y tp q E N 7 E p J .�i � E > <C C p < G C •� Y C R N C N N N N ; In N m m m m m m w w m w w w w w w w w m O m m < z cm z z E E N Z z m > > z m m m < < 2 m U m m m m > m m m m c C n C C C U U U U w L•' w w w w w w w W w w w w c m m m m m m m m m F F m m a r a m c c0.h C m O 4 G — GC C C T O s F G F e d s d s a g O ❑ O O O O O C O O O O O O O o O o O O O O O O O O O O O O O v d O � �y•C'a C O O O O O C O C O O O O O C O C O O O O O o O O O O O O .. . O 7 i�QV)Q U ; C ¢9 O O O M O O ❑ O ❑ O o O p O O O O O O C C C O O O O O O a O 0 •C d d T C a C O O O O O O O o O o O C O O O n O O O O O O O a O O O O O O O Como o 0 0 0 0 0 o c ❑ o 0 0 0 o O o 0 0 0 0 0 0 o a 0 0 0 a 0 0 co 0 a0�dm d �m� o o ❑ ❑ o ❑ ❑ p p o 0 0 o D o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d a. C d O C O O O O O O O O O O O O O O O O O O C O O O O N O O O O O Q q d O O O ❑ O O C O O O a O O pp O L a a« d 3 �� o 0 0 o D o c o o c ❑ ❑ ❑ o 0 0 0 0 0 o c o o c c o c o 0 0 0 c s C 9 ad 0 c 0 0 0 0 0 ❑ D ❑ o o p o 0 0 0 0 0 0 0 e Eo O r7 d O a+ ,j 1� � �'e o o ❑ 0 0 0 0 0 o a o a o 0 0 0 0 0 ❑ 0 0 0 0 0 0 0 0 0 o a o A " zW �; O O O O � N N N O O O O O O O O O O O O O O O O O O ❑ O O O O R w ° aE ❑ ❑ D C S7 0 0 0 o N c cNi � o 0 o c o o ❑ o 0 0 0 0 0 0 0 o c o 0 0 0 ❑ ❑ 9 ^ N O Q N N N O O O C D N N t� Y x O � L CV C d a O C O O ❑ O C O O C o C O C O C O O C O O O O O O O O �� Cl NO C O O O O C O O O O O O O C O O O O O O O O O O O O O C O O � F Si � « L X O V1 P7 LC Uj d < u � 4 � w F q N � O N N ••� OD G G X UJ fn N Vl X U y IA $ F n N « a Y y r V] V] VJ •, M V1 .: s m O N N x m Y w m m u 3 3 3 w v v 3 w w m w w w m m w m m n u w vs c c e c« m O En d d Y N I e m e G 4 u ~ F F ... •• •.• w A C ` C ; fn C C C C v .5 .5 5 J o d r r r N N N N N C 4^ [� .� ^ N Ty o r r r r �= r e a a e u� o N ,e 0.°' .r � m m .- •- N N f� t°.. .�.' `S ip '9„' a �." o `gam' m � ., s C ° m� c o C G V E R O O O C O r C r O O C O C C O O O C O C O O O O O C O � m o br�OFnO U a -rV m O N •C hC V T CR C N O O O O O 1. N O O C O O O O O O O O O O O O O O O p O }O m U C o O O o C o 4 O O o O o O o o O O O O O O O O O O O O o O O o R V 9 C C L R Z C y O O O O O O O O O O O p O O C O O O O O O O O O O p O O O O O C c a O O O W .X 3 c c o o p o p o 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c 6o A CJ 5 ao V O 0 0 0 o p m p o 0 0 0 0 0 A N C V V p e W a CO C C O O O O C O p C C C C O C C C O O O O C C N O 0 C C O O O a R o e N rl O A 'R a mm h aL M1 0 U c o 0 o p o 0 0 0 0 0 0 o p o p o 0 0 o c o p o o p o 0 0 0 0 F r m cisX $ a a W N m C i. O R' U mX A A � m m m rii R Q Y in 3 �, c 7 � ° � � @ b 5 u � m vI ul v1 K s � a' N N N N m m m 5 m> 7 U V. m m m m m C U C: L C:`. G: W re w W W m m > E b O_ [yam m to m m m m m m m m m m m m m A m co G M m A Cl U U U U U U .° .c .° .e R R cg C o a s 3 3 3 C tt •, r n r ti r tz ¢ ri o v C h C. id ELM o m 0.T A €W c3 n ^ 3 ¢ 3 a a tl e �a� o o c o 0 0 0 0 0 0 0 0 0 0 ❑ p o Q o 0 0 0 o O o 0 o O o 0 0 `4 q CT U ; r T C C T C O O O O O O O Q O D O O O O O N O O O O O O O O O O O O O M O �On7O Co 0 o c o 0 o c c o 0 0 0 0 0 0 0 0 0 ❑ o o D o 0 0 0 0 0 0 0 3 e°� 0 0 0 0 0 o c o 0 0 0 0 ,a nc O O L O �" 3 e S� o 0 0 0 0 o c o 0 0 0 0 0 0 0 0 ❑ o 0 0 0 0 0 o c o 0 0 Q o � N m c mC" s Coz tl O 0 0 0 0 0 o c c o o ❑ ❑ o .7 Y G c c o o � o ❑ ❑ o p o 0 o c O o o N N o 0 0 0 0 0 0 0 0 0 0 0 o n u cc n � o c qC G D D O O O O o o C o O O O o O C o 0 0 o O O o O O O O o N A o c P ul C WR 7 W F O p O a 0 7 r1 p p p p p p O O D O ❑ C D p p pj p p � p p p p p p p p p ^ m p r4 r n be � o p tl q '4 a 0 0 e c D, a Y O O O C O O O O O O O O o C O O O O O O O C O O O O O O O O O H .Y C > •e z Occ y U" c n a c � y c q C C1 U. W l/1 h m m m m m m m m m m Is m m m m m m m nnpp O O O N O b a b m O O O S � O cDCi O .N-r � .Ni N N N N N Cl N C C C C W V: t!. Vi y V y v V m V) :A V1 U. to N N W m m w W m u] u) V; c N N N N N N N M m M M N N N N N CC ^ tl a a � fftVVV a G G m - � � o 3 3 i 3 C °+ ft Z C C > C C o c o 0 0 o c 3 SrOmO U u O O O O O O O o O o o O O O O O O n O O O C po C O O O O O . O O ❑ O O ❑ O O O O O O O A O O O O O O O O Co 0 0 0 0 C O o o O O O C O O O O O 0 0 o O o 0 0 0 0 0 0 0 0 0 QQ�1 J p O O O O O C O O O O O O O O O O O C O O O O O O O O O O ❑ ❑ ❑ °J O O O O O C O C q a O O. = C C o 0 0 o hMP. ❑ n � O � O O � O W w 0 3 p p e m m o 0 0 0 0 0 0 0 0 0 0 ❑ 0 o o o o o 0 0 o c o c o 0 o c o g; 3Q5� N e ° ,'E 33xc 0 0 0 0 0 0 0 0 0 0 o a o 0 0 ❑ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a �s uc c m v m O o o c o 0 0 0 0 0 0 0 0 0 o c ❑ o O o 0 0 c 0 0 o a' c o v � i u 3mac7 0 0 N M1D' 0 0 0 0 0 0 0 0 0 0 0 ❑ ❑ ❑ N 0 c m 0 0 0 0 0 $ o cc o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W A " W a u 0 �R, 0 0 0 0 0 ❑ p o 0 0 �; N p� N P m � O C O O O ❑ G O p � O F � � O O � O O O O O O O O W m F o 0 . O o 0 o O O O O D C O C O O O O C O O C o o O O O O O p �U y 9j O gLCpG - = F � C tNa t�C tm° N O C � N ❑ m l00 � N p t� P N Ci C � � < C � O � O O O t00 N 7 a -� e o o c ❑ o 0 0 0 0 0 `a^�i o 0 0 0 0 0 0 0 0 0 c p 0 0 0 0 0 0 0 0 0 0 C N to 0 a to m U. � C G to ° to w m m m w to < m < a "> c7 QC4 e ¢ C ¢ z G m C O tG C C ❑ m Qa T O M1 7 t0 O h U m N ❑ M 0. 0. N 3 W V; N N tq W i > V] (n VJ (lJ VJ f!} V] Vl r% y cm N !A to C% tq U] C1 m C% 9 9 m W G M V} to jZ V1 Z to V1 N tq 07 V W u; N VI tq N VI VJ V1 V7 y V; fn y V] ul uJ W T7 V: to tl1 47 to V] V) a a� 4 m G ti a M 0 R is G>, x m a d ❑ y ti ..• d p d� O m 0 U is u o 0 _ °C4 0 o c o o � c o c c o 0 0 0 ❑ o � o 0 0 ❑ o 0 0 0 0 0 0 0 0 0 � m C R owlo N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 o c o 0 0 O d .p k .. . y O O O O O O O O O O O O O O O O O O ❑ O O O O O O O O ❑ O O O Q C p O O O �•= �� O O O O O �J O C O O w O p a o ❑ o O O o O O O O o C o C O C O O o 0 o O O O O O O O O o O Y C 3R p d ,� 3 cp�, o o c o o c c o o c o ❑ o 0 0 ❑ o o P P O o 0 0 0 0 P o c o 0 J d R Y F F o 0 0 0 0 0 0 0 0 0 ❑ O o O O o o C o 0 0 0 0 0 0 0 o n o 0 0 R p o a3 o e o c c ❑ o o c o o ❑ o 0 0 0 0 0 o 0 0 0 o c h o W o 0 0 0 ro � mR G c o 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ym W qq c o c o c o c o c o 0 0 � o 0 0 0 < N o .. o 0 0 ❑ o 0 0 0 0 0 0 W � o C � O O ❑ O O N O ❑ ❑ ❑ ❑ O ❑ ❑ ❑ O O C C ❑ ❑ ❑ O O O O W O C C O 0 0 a G C .V ❑ � ❑ O Y'i � C O v N �' P O O C C O .. CX 3 v CV ti fMD N S m C] N � N C O N N .T+' N � C � O O O 4�'f M N N Cl " " ❑ � C O Q r7 C G O O O O O O O O C O O O O O O O O O N O O O O C O O C O O O O C a p u x c o 0 0 0 0 o c o 0 0 ❑ o o ❑ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H G � C h C w W W m W '• W M Cn W u7 va m M G C N V V F N p O O .. C. u e m U o a O c Z U FFG<T O O O O O O G O O O N N N C O O O O O O O O O O O O O O . O O r � v G G G T �C S C o O G o 0 0 o O C o O O O o o c O O O O o 0 o O o O O O o 0 0 0 OtriO O O O O O Y rr c ; r C 9 C O O O O C O O O O O O C O O O O o O O O O O O O O O O O O O O O 7 O O O O O O O O O O O C O O O O O O O O O O O O O O O O O O O O � G ra O O O O O C O O C O O O O O O O C O O O O C O O O O G O O O O O e Q w b ga c G o 0 0 0 o p o p o 0 0 0 0 0 o a o 0 0 0 0 0 o a o 0 o c o o p c Qa a W 6 C C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C X e 9 p O O C O C O C O O O O C O O C O O O O O O O O O O O O O O C �Q a M G Vl d •R '3 O O O O fG N N O G C O O O m O O O O G O C O O O O O C O C O N N C �a ym A " Gl G G G O O W a;q� � N M r � O C O O O O O O O O C O O C O O O O O O O O O O O ti w•.]a � P N h CS a Vi F O O O O C M N 4 C C v n n O O Y L y G a p O p+ C G m a C G •T C Y O O o O O C O O O O O O O C O O O C O O O O O O O O O p O O O G G v C 2 C E o c w w w _ w w w W W W W W W w w w W w w cn C4 W h W >, w w m VJ `o V] o VJ V1 V1 > > > > > O Q 3 O O N O O N O O o Q d W W w •- w L-` W w w W W W L wL' W W W W CA to w w V7 'r w m m o 0 0 •''+ n m o r o b o m m m m N m o a PG m o o r o 0 0 _. W ¢ E z a rn rn ua w in w U m iA a m mCIA m w a a in iA is m rn w m w m m' r'n a w uz rn O m m m m m m m mNi <7 C C C O m O N P m n m m {Ny (PJ tb� tp t0 O O i O O N cpi N N O O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N vI W W W W W w W w w w W W w w w w w w w W w w w w w w W w w w w w CA m W, W m V] V w m V1 w m m w V1 m m m m w w m m V) w w w m m O GM M c'� M P P P P M M C m m m Oi m m m m O m m Ct W W m O m m A O O m M m a a eo z G F O a O ,C p C $ Z ` S d � m o G G a C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O .�OV7O 7 U ?G, m e •a C d d T p" ���Oc o o ❑ o 0 0 0 0 0 0 0 ❑ o 0 0 0 ❑ o 0 0 o O o ❑ ❑ o m o O ❑ ❑ o Co 0 0 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 o c o 0 0 o c o C o � d a 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O e 3 0 0 ^ .^ O ^ c o ❑ � J � � P O O � N O r p = m p N r m m M1 � M � � � N ` O O O O O O ❑ a O G C 3 0�a c o 0 0 0 0 0 0 0 0 0 0 0 0 0 ❑ o 0 0 ❑ o ❑ o 0 0 0 ❑ o ❑ o o ❑ c 's ed a o d o ,� 3 otl� c o c c o c o 0 0 0 o c o 0 0 0 0 0 0 o c c o 0 0 0 0 0 o n ❑ o c Eo C Ni 53 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ❑ ❑ o c p G u a3 G o c o o o ❑ o 0 0 o Q c o 0 o c o o c 0 c o 0 0 0 0 0 0 � m0aw c 1�/1 �'0 0 0 0 0 0 o c o 0 0 0 o p o 0 0 ❑ 0 0 0 0 o p p o 0 0 0 0 0 0 0 A G] a o PJ J O ❑ O O O O O O O O O O O O O O O O ❑ o O O C O C O O O O O ❑ WCi .7 N F O G � � o 0 0 0 0 0 ❑ ❑ o c o o ❑ o o � ❑ ❑ ❑ o ❑ ❑ ❑ o 0 0 0 0 0 0 0 u c a "a m co• a 0 0 0 0 0 0 0 0 0 o o 0 C a q r � o 0 0 0 0 0 0 0 0 0 0 o p o 0 0 0 0 ❑ o 0 0 0 0 0 0 0 0 o O O O d m Fq Y W W W W W W W W W W W W W F W W W In m W W W W m W W m Wm Wm W W W W W W W W W W m C W W W W W W W W W W W W W m m m W m W m m W m m W m m W m to m m m m m m m m m m m m W m m d d m m m d m V m < R. 6 C < C G < ¢ 6 E C•o E < a < 6 G N O O O N N m T O .Ni O < ¢ C N < m C ti m m ❑ .+ e a m m O W d M O O O D d E a rn w u1 rn in m v, m m m m m m w m rn m m ur m w m m m in rn m 0 0 ❑ < v e e e e e Q m m m m m m m m m m m m m Ymj m m m Nm m E N N N N N N NDa rz m m m m m m m m m m m m m m m m m m m m m m m m m O a a ea c z t C C C_ D D X Z �eGc S m Q m Q U ; r G •C �OmC m o 0 o 0 0 0 0 0 0 0 0 0 0 m o 0 0 0 0 0 0 0 0 0 m o o m o v s 4 c o 0 0 0 0 0 0 o c o 0 0 0 o N o 0 o c o 0 0 0 0 0 0 0 0 0 0 Q W J D .o c G D o o p o O o O o 0 0 0 0 0 0 0 0 0 o p o 0 0 0 0 0 o m o 0 0 Q m J G D o c o 0 0 0 0 ^ o b o 0 v 9 D C t g O O O o 0 0 0 0 0 o p o 4 O O o o O o o O O o 0 0 0 0 0 0 0 6o mQ,�J t x J G G O C7 m .7 a+ W 3 Q k C h O O O N C O O < .. O O n S O O O O C O O O N O O O O O 3 m a U dee o 0 0 0 0 0 0 0 0 0 0 0 o p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C3 be C W �o b O C. O N X C r b C G u 'rxn o 0 0 0 0 0 0 0 o p o 0 0 0 0 0 0 o c O o 0 0 0 0 0 0 0 0 0 c G L � W W - m � G t i W W W W W W !" W W W J W W W W N m m m m m 7 v W T T tWA C4 .D W k: Ic W p; W W W W W W h m m b m N C P N N m N E G p�p W Or C C C C < m Eq E 3 ma c c eqeq c Y b b b m N N C m N h h h h h h h h h h N N S mj W W W W W W W W W W W W W W W W W W W W Da W w a! > C C C C m m m m m m m m m m m m rr, m m m m m m m m m m m m< m m m m m h m e (p qq ss �p �p •{.Q a41 a7 P r N al f�f r m vbNi m N m < G l� O m x .°p C C C •ij � a 3 CL 3 3 c `e m•a � c o � �J u - C � y s o p h U 3 16 OmGo 0 o c o 0 0 0 o c o o o 0 0 < o Q o v o 0 0 0 0 0 o 0 d C C O O O C O O O O O O O C C O O O O O O O O O O O C O O C q°wr a° C y O C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O e J 0 j 'dudp SrQ;a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e o 0 0 0 0 0 0 0 0 0 0 � e e X c a v °�Q Q 8 C C C O O O O O O O C O O O O C O O O O O O O O C O O O O O O 3 .°i •pO p d d ,�, O N O N O w m ja O O O O O O O O O C O O O O O O N N F O O 00 N CN O O O O � 00 cs •� d as V m � °a ly) D°u o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 0 0 0 0 0 0 1F^'11 q c c T� F7i � VJ rl r CO'i � N G Wa w F cwi � a = E z � N E O � G y m n 0 v O O O O O O O O O O o O O O O O O O O O O O O O O O C O O O Z � G � V � < n > V7 m' m m3 y Wit+ � V Z < •� a � ¢ :j Z = c t% — T 3 U in [[.�� in v: a •s =� a n 3 g e �: 3 V 3 p — •o •a 3 e < 3 z <> z to 0 m z z O d Ze d Z Z Z 2 c c C fA ir, in to c e o m VJ v} V] V1 tom w w w m Vi r% to °> i EE x Y Y s a s L L 3 3 � or m m m m a F F > 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 co w tz m m a m m c C V H r tg n VR n 1z H H V v n n h H H h m C a, 0 d 0 z m F Ca o 0 o c c o p o 0 0 0 0 0 0 0 0 0 0 0 ..7 T U ; c Y W C m s� c m o 0 o c o 0 0 0 0 o p o 0 0 o 0 0 0 0 C� m� o p o 0 0 0 0 o p o 0 0 0 o p e o o $ v .a m q CA O o 0 o O O o 0 o O o 0 0 o p o 0 0 0 C �Or7.7 cs C i v � • � o 0 0 0 o p o 0 0 0 0 o p o 0 0 0 0 0 Cf m m7 WC G r. F c .g Q .Gr 04 m o � �9 a m m o 0 o p o 0 0 0 0 0 0 0 0 0 o c p p o z m> e � m z c c a G x Z rn ` `c In m m m w N w 1, C ¢ C C y y Vi y to ca ct Ls7 V7 N 5 a m z z z < ; a m m m m �n m ° < < « _ _ o Ta m m m m rn to m F F 3 3 3 3 w Ch tz F t` ti lh F ti F F t: t. t` F tz h L C C $ Qp y $$'�a W tg m v k p.L: r( , , � • I• I ,�I, , „ 1 ij 00 y / Alu` I juj a LU CL a s b r a, , f F � CO) /., 44 Y N j � 1 r e ,rt If 00 If { .� 4m, 04 r g W I` ,. „� ,..gym �� LO r ,j jI y •- �r M V , n LUL {if I aaSi 4, 0 s rat St s ta1 sr a S 1�p St a ., ..._._., ..._ l 5 1£9d 56 � _.. 183 s _._. p aq...�.. ..... 184 sib f s 1a r Pi a c' a 1 r, y� r a � ✓ a �l Pl ,� Av f 186 S1 1 b5 5l 1f✓' a/ as j [ y ras sr sT�S 1$$54,,, c,.,, I�✓ per,,,. °. vP�/Ir N �p 1aa 3a FP a �� ° f✓ % A urn f S Gf� 'er St m S ..�...._ f I ✓✓ L' „:� t f (' �' 9 cv ............ v o jil fJB1 J w�ae sr ._.. r . F ✓, / 1 Pf ��✓ 1g4.St r �. _m.. ._..... \ncgl Lake �� � 16 P r P° 14 7 d.,_.,.. . 5 P 1H6 yr '+s`� '✓ �+�"✓ r`+r' — 04 Uj 5739 ��_� S198St ✓q° ✓ r a P� CL r✓✓✓ ✓' ✓ �P�" ,'" a �. :✓,,,,,v, a,,.,,. -. r �,. „!g �, .... ay P ✓ a s< m �! A� J ,01 v" n ff ° / ° n j a°r � ✓i°i / r � � a 'r a I a f , �l! S 204 St F y.a.., v.,. ,_.__.,._ ........... ... ..._.....m........_... ._._.__.__ .__ 5 zf11 Sl r •W �y ro lr ✓> IrCY' u 1 20,St �y C7 y ✓ 1081 w- r� ai Pr 5 �12 St ;y 2$s _ _ Pr i1 w Aw " CC�� 5 PJ iG5W1, di Gl !•� .� . 6 Sy, I%i ., �l ✓rr o�. o „ � �_U�� c .. , „,, ' 'ZrG'Sl. .i rF cv s2.T6siP', Ri St cv216 'FAG 6 1CWP S 2616 Paint Lire Striping Refresh 1 OF 19 0 S0�� GOMM Paint Line Loc'afions ra✓rnmuuim�armrMr Curb Painting Location 1V 0 1,000 Coordinate W/Other Work 123 Map Key (see Appendix Feet. A) Produced by Pavement Manager:Joseph AraUcto U.IMXD\2016 Paint SInpintJ Mapbook V2.mxd Prrnled March 2016 r„:,i,;..,rd ` �,ir, /��%�,,,� /„r��Lr a%' .z .,,,.:✓w, :� ..G, :,,a.�....�,W../, 1 37 ,M,.E ^.,. 486 P v: �r6e ar'iK,.._...._ j .,�a�war 155 c f 01 4,54 0- CL 47 .. o n815 PI i r �' ,.a 14b'dt h a 119d f'f 4 ..�"✓' .._..�',1k'>i,T,��a�._...._.._ _„ ��" VY sIS f Yry ✓ f(R_ *� S Glaser327 S 1Efd3 5i r �;,5r :i 327 10 S-1,90 st � r � a15 i3aC.Si c n _ C3 Cl r m 17 15 Cli „ 326 '21 h 14 �6 0_w_ y rile p t 5 196 t ^ i .,- 196 St C7 ............. Lu Yn ? A + j 513.3.Nab\" _....,... C. a S..2ryn n 489 459 " A GJ s2uzar 4885+' S 202 Str _..,..,.., ��� 1G9:✓'fiE 2 -� 456 ff " " v �S rw 46' a~� w "„ S 207 Gt S 2f16 St .., ..,...--.. _ ..... _._..-..,.. ._. °�+'2�50 Sf +' � 1f1 R^sr _... 7 wr 487 ;zu 7 t a 7� SI 4p mrk �' 5168 Naa roam �r .00 277 3 _,. 2 22 f 1 i / a n 11 Es 21asi .. 5 zuk s1 27 PAC r d4�UN z,�si.__.._. i, ......p_, ..... ? n 2016 Paint Line Striping Refresh 2 OF 19 Paint Une Locations "urrrrmriruamnirmn Curb Panting Location Feet Coordinate VWI Other Work 123 Map Key (see Appendix A) KENT Produced by pavement Manager:Joseph Arauda UWXM261G PaiM Stripinp Mtapbook V2.nixd Printed:March 2016 if .. f �SE 179 Sf k 179 PI µ of n s r a PI >r r � �, � 1 rusr �l lrf `� 1� sc� 486 � ��. ^° � as6te�3si 1tDo,.d?.u.� Ir 1a1� r �/4 auzly A SE 182 St a P ..m..,... m+V y $C.t63 Pu Ui i 184 Pi ~ $18St M u YY .. 7j 1rf�j� tY- ...__... SF,169 QG__ 5E 1865t jG/5 SE 186 St. _ _.._ .......... S 18751 �`.t't»C ca. VEST St O.IJ rnsrT1 ._ -E MR,.�.... " l � SE 188 si c� 5 ISO St ¢. ca 189 PI E.199 ._....,.,_, .._..,_..,,.. `I 1 1y a S_._ 6E.16t]SC L _... U E fy C� SE'G.eU S" SSE 1alD 3�ti Ir a kN Fatsr m YJ vU Iry r,' Pi�n P S[13'ILm At._.,.._. a �rA �'•`"' S 192 St r a rr rr �r ��rr . I r.c5 y` A 1 R-0 31 ll � UpG>Cxr a! S._E.._,...... � T ,...��..._...�..-.._,m..,......_.._.. SE 1_ Creek 96 StprpFk 96sttr ( i,t City Of Renton 5 198 St a Watershed C rn r � < t a l Wr SEA 9fY S4 CL > �V t �. Co SE 2i�Q,.St n 30 Lad 25 F 4�151 a� n ._ sm 202,s 2 3 si z 2 st ; ,,F zoz�+=, 29 7 CL m — 466 � �� �7 Myna c as pI 6 � a n vA 1 1g341 � a mury rnr�rr urw rmnrtl �--. cp SE20a,5r 201 ar r SE`20a st �+ 4 F+I� 204 f I 4BS .,. _ 43 ao sr za2p ° xva'wa�,i . � G ........_. h, p �+, C ' w 2S5 PI ry" . ....�,.,_ � n rrJ >�_._ ___._..w. SFzc>i7 5t se zA�esw_, 8 c znr s1 .v u PI :208 St nt i E I! S 20ES St 71 Nll w f �V 474 te.2 t`r ...._„ Gott s a1u�i d z+aP I 473 , rn . N 4 � 3? ,.p WJ 211 SE 212 5 t r._ ..__._.._... ._,_"N ;E 211. ua am e SE 27P St Dy11103 �P'_27 SE 212..Sti9111 .. ¢ 1 r ✓" r 5Y 1" ✓ rt7 �, _.....3213 S 213 54 k f er w� w V, a a 3(t LL9 r PIS' a .._. r n. ,....., v LGJ wE 273 Po h ¢!a 47,2 �` +n Sr ar a 5r �> znarR e( 5E z1a sL > l�� cc CL S2E.221 4S t I 2 ECYlCJ co_ gWI „ 21 SvPAG 8 in7 _. z L._.._.... 20116 Paint Line Striping Refresh 3 OF 19 Paint Line Locations --- Curb Painting Location 500 1,000 Coordinate WI Other Work 123 Map Key(see Appendix A) � Feet O/KEN T Produced by Pavement Manager:Joseph Araucto UAMXDQ016 Paint Striping Mapbook V2.mxd Prirrteo March 2015 a � �SP,=11t3 F'11 d �. +n r�°a° '%E,i8,G75t ¢ 18r15t ..,, 180 GrV-_, ._._.................. I SE 980 St ,00 ....._ ., __ SC 181 9t-....... __.-.._SE � � iez sr a r � � �.rd- .. . � 5E aua sa � ..-._TQJ SE 182 PI .-......_ .�Sr ff �� °A � ti=Sc��.� -sE 1&°s,l...- 5 iQ SE e ..... ��Qa r f as�� P. ..u, SE t a s" i h 1 FA un eT13S o v ` SE 1£3Fa P I&Fr PI � 1 SE iSG PI ,^'" q 18�6 w s F As ar I �r &Q p� ...5 f _,_.__,_...,w.,.....___., 5b=1QQ st ,1 �,�, S T��..� ..187 PI _... __ Y4!'Q5 SF r 8E„1 .fl SE IfIQ Ct�n1 SC 9S8.P1 p tl a 99i]St /Q9 St tQ.Y PO.,�- S.�Tgn Pi �4�� 19F1Q,6>I dui„�5,„t rya U .yM w ..,13 PI ..i � -li i—ri(ptY` Y9f1,,.PY 1PoU t'Y _,( IYI <, t 191 PI a se �s2 s Menton a W _ „ �„�U-,� r�,,.,, ,R,�i.„_,��� � ��ers,.ey{r h i, 5E iQa St �.� L r a l ij SE ID SE I 1 \\F UJ J ..,...V^ C•y 59 AI 4 G�)y IVY mr '� � � • �. P �'�.,. �....... v,�; t -, c'^T ,SF 1'QH'9t 1%rrat 1 w w t,rr=t p`;. AL." M SE 199 Ip{ Y f "T"g n�k 199 CI � 5(=1945i d0 ... 2ao st �•- -e sg_aoo su . .. I� Sa parti ct NiQtS --^ SE 20 58 �P 51m 201 61 zoe nr 9G"1d13{TV rye[rn a,�flA r '� Y ✓ ^t t SE 7Q 1 1 a,.�_. Sa � k 206 SE qM1 .. 206St '- .,. e � ... �YAK P-, - 01 SE 207 St FC77 204 PI _ cr oast SE 208 St p 9, J J re�a re r- ra..p1 a an t rrycr n cC :;.c,r Gm zan.u� i a 76 203� s 6, zo,a t w � - G¢�2_,a P1 � �Ew��_••_ tr wi t f S 1V1._.Si _a 2 SS 212 F+'I hz ���SI f Wi 1' 9fJ8 E _ � e _. SE aia Bt� m ; w a t lr?PI SE 2ta PY tl : a 1, a sf 2t351 t. ., 282 zv.✓'� v' m '� 1 ..._ yz VJ zr r,", 9S's°YA SP .� t Q f m SG 215 SI ,— r1R �. 'Sz,Asr ,,,.,_...z,�st. ';r SPzirst zt sl Ufa N'.. '. s 241 w 2016 Paint Line Striping Refresh 40F19 Faint Line Locations « ���'^,�,x� Curb Painting Location 0 500 000 ,Feet Coordinate W/Other Work 123 Map Key (see Appendix A) T Produced by Pavement Manager Joseph Araucto LIWX0 2016 Paint Striping Mapbook V2.mxd Printers:March 2016 S2?6St 300"r p r 21 r^10. m q/1 rn � .-.� S 219 5C' f 522( SI �S 220 SV 2 ll y 1� M 5221 St fY ar 1 ( n 1 A 5f�i�35o ,,,, r,,�, .,.,.r,,;✓ r ,,,,,,,;, 5228,Sk f r r G r � �1 29 28ff .,s;Y �,•aF 22a St �� 01 it fi. .. ..w.... ..... ir� S 226 St `° r. >r �� , l .,�._�,,.m. r 5226St... 99 �31 j � n 2227 Rtl 227 Col N7 l ......... k ._. ._.. T`1 �� -S 220 S¢ n N y,y, S 228.5� .w '� 2B5 ... ... Jto- � ''"� `� P N 1 2 Wuv�ww` � q 283 r�G6 �.( leCaf15�'�'If s �a 1 IN Mop e �� a 5'9'ra w a:. q2°� ill e, v 7 1 use232 � P sans III oP ,r 284 St p a 1 fi 36SY tLS J i �... ,.. �l 8�2 se J uj CD s �r Gx7 ° S2ir 58 56 i� ¢t ��'J - f {1 ✓ � w�, �! h, 1, �� pu � k{In��,, cli 6240 St to rn 599 2,2St„`...,_ Cl7llrlt `'i y 4 b242 Sty ��� I ,,,._....„ .__.......a..'..wr. � . . . ....._. . � rn 516 S 243 St.. _.... ,cv,...._.... N v7 r� ' J ,I m S 243 St {{ L 592445Y ." 5 244 PI .. - S 244 St .. 2.15 pp r �',.�" 25 1f d u M1a a mesh � ' 1 � / z S2sS Pi � $ 2dU SC fi ......., <C 1 S'246 PV • �!� cam") � � �'r 14, t W .ruR© .r 1 � 590 � 585 <C N ( 5 249 4£i E _ ..s 24A str S3g0 5 21sa ss __,--- a ���� 52 (; `t 4 t S 250 5t z±i S.2 �,", S249St S" .302 ,< �..m589S,2S2 Sti2�29ta1 sT v 1 2 � a v x s 2v4$, 2�'Pi 2016 Paint Line Striping Refresh s OF 19 Paint Line Locations Curb Painting Location p 500 1,000 Coordinate W/Other Work 123 Map Key {see Appendix Aj KEt�tT Feet »..,�.„,,.. Produced by Pavement Manager:Joseph Araucto U.WXD2016 Paint Striping Mapbook V2.mxd Primped Mardi 2016 _ us r" r r lA ��...v �s/1 p r' av ki f r .a" S 21fa rW r ,.. r- o PAGE 1 UP � � 116 SI 300 � s,�rrsr r� w r' Green Rivers Enhancement ; a q � Area r � I ttttt � , 1 28 r r ..�..�....»...,„.�..� �� i. �..._ f� S 2 SI 321 M15 , Q) ( S 224 St if Qi ,azr, �r r " rya 00 285 "I h_r 28 ,66 Wastrrmta �r 306w 11 31 St 307 s v„ /.' � '1_, . . ,.•` � �)� Y r � K I rn s l-Mn Uj Ir KInC� ! ." P a w � 27 S � r M 26 591 42 st516qLr - ...._ . . . _ County 1 S243 St ' II z �........ 1 208 i r� 590 �o r ff a ti 343 r r� v ,�a. Pi 5 �S 2A9 St 85 302 rF �r/ 4Pil „"I CW n .. w, r K I r f �xr rr 5fl3 r Y d`� vier rk5 ( " �— -e 287 w r52rr 1 "" r oou ° v341 1( S t " •� uy _.. .n r ,.� 1 ._.,, .� St-...fC f�AGE 12 [��W�N 1 , , � 340t 2016 Paint Line Striping Refresh 6 OF 19 GOMM Paint Lwne Locations Curb Painting Location p 500 1,000 Feet Caar6nate W/father Work 123 Map Key(see Appendix A) KENT Produced by Pavement Manager:Joseph Aaaucto 414MXW2'016 Paint Sbiping:M apbook W2,mxdl Prt rIed March 2016 n �....._ _.. 21 i st 217 PAGE 2 UP sz 1 u s!„ . � S 2r6 st na .ro� of 52185t... � ,�. ie;r=. o 218 Sr m _.... _u. _..._ 275 S 218 SC �i m0 5 2,18 St a strut N �N>22d is, m 1 .. q o n b / a li CV 1� n y 322 a �... _.._ _... . ,. Lower s zz2. .r. r, we r e,F, 157 a Sr _ ,. r .q �. ... _.._ ��?z��.....a_..321.. ...._ � �J��� 156 224 s1� � l� �u>• .,.. k U " srav[^i dx�a 227 Pt /6 - 1 P � r S22$St m1. _ a « ._ 266i ir° wn S 228 St ' r rrn e f V ✓ f I 1� � � I � � c+n ✓ , f � m .. S 231 St .. 1 ......_..._,_ f J aJ_..... s / /. T c Sac rk L i f t S 23 Si CO r A �l 1$1 LU�w i d S 235 PI 15 xa rrA v ,Y s� mVni Cald St r ._. r p4 7 V "i a, ', ✓^ '.J � 1Q� h wi a x i Morton, I s m 5114 wv y?. r C t wr,/Ctlrzudy st ..� 441 � a�� t $aaJ�,:atl w........_..»� m ....J v...._....._. 1 . n �R w 7 ,e m �i 844. 382 0587442 $ .,. 150 I " a 25 -� Or7111�5�Jt 23a Pv 4"�1 F'+I d �+ �w.>,, ✓`rc. v.6o '� ,.% iwi a✓,,,,r,rr Nib ywr„u°. i�'Irr..:rrr q 1 I v vv m.veaau Ps 140 t S 2�17 _ Ga r L� s � 427 a b a g 420 a21 a �d 14 ... rrory si 4 < �r ��111� 226 ,fr st1 a S 344 ca 208 a ,_ v rar a13 244 SE 147 ay207 M1IVr6m�QtY stta ._ A310 430 dar✓ a ry 44 446 ✓. , / �x �. �410� 4WHaPi�oaS �� �$22 ��' 6 p <--karat 390 r ti � TYe9ckC6r=Cr'y.,t� r rm 40a07 �432 a �u 1 Stl T q 409 " ry Go e Sr �J w i 14p S 38$ 434 s 343 403a a2a ,( 378 rl S248PI 381 u 420 T 387 380 3 402 l 385 f56139 39$ 516 S� �, •�..a� g f� w�'-,� a 377i 3]5 y J m s rn svy^y v S .„ `fir, �eN 267 C; _.,.... .ud grtrw v, ,... «t sYw,aau st = r +a ��.. e-. �J%1� I F7 c� Y PV � A Pf rrL��r 375 __ cn nqo ..,...� __.560 M �i e 938t P (y `9 w� 'm ,rn S[ _ 6 34U < PAGE13 QC)Whl s rStli 1 c�r:wr,S� 4 2016 Paint Line Striping Refresh 7 OF 19 Paint Line Locations rrnraaeaamrn Curb Painting Location mE ®Feet 1,000 Coordinate WI tither Work 123 Map Key (see Appendix A) KENT ProdUced by Pavement Manager:Joseph Araucte U'.1MXD 2016 Paint Striping Mapbook V2.nixd Printed:.March 2016 ;m 4,�2 PAGE 3 UP _� f 'tj h; -I�^�SE 216 St �7 27 v,7 va st ?ttir t a -A "wY' *S' r "*., E 217 4 q ,t108 61216 St zr a pI sl. L, nE PXr ,_ .... s2.1� � 4$1 � p<_� � � >R,a � �..,., � �� 102 „ a � F 25 SE?ad P1 t� r b S� r x n E21`P! f u 130 r (( 106 ,. ...,... _,w .... 9kn ry7m' ClS I., MC5 ncv ...� .., r229 Pd 158 6 w.a ........ SC 21rr Jd F 12625 1 ss 1 y� ArV 127 SF 2r.,1�,5! �r 0 �zaG SE 223JSt ���i 126 ".� � � 2�r3P:I'.L., �1' ........ SE �5t od 15•5 'Sra ,a 1p a i _... �5� ,,� 123 — 104 zi�1 m 124GSl II SELF t 4 < b� CT d Q' I w r It S 228 St 123 � is 1 E 2P pl... 12 e¢ cr 8 E 227 Ili 1(13-.. �_.,� J211 PI 1 154 c;z pd x W 36 _ l rrk 22 � � u 22 i SE,F z.ro mi Ll. C4 CD sk s'av Y4r ..._ ..,.rr •,..�,�..E_32 Sv, y121 2 ! �� S . 485 153 1aa a� / ri1 W �� 9 ]w 21 Y.�i' rf N �^ +NIPI C23.f 15V1 ' SP i? s a a,i wi rsS Ui 2.4;Mot rrl 181 ., 38 -n 152 ! g•v I ' y.. �. s� r i•i i �xry .. P .. � �.E 276 P1 �t�, .... _.. _� a r-L ( 151''^ 1 150 r�iyrini;,' rr�:, v yri,,, r�,r� nrni„aud2 ,•• � 'SE 4�1r•�i'�•, 48 � 6a a S. 8i11� 5'5nr y� vavzm z ,rc✓iv✓ i ,���..ar --1 �,"ia c�mn. r is i 5 24(15t 145 � atn �ari��r�>r n,�n„e✓a deu1 rr 9 14� „,fii r t _..,;va144 ' 4cJ .. us J 2,11 a! 64 i; > 148 1 143 116 51 ¢� i_ a t Sr147 M4j 41321 If 8j Y x l i t r Ps` I E 4 t1 a 13 w.A _. 4 ^^� ^— SE'2r1•rl�— r u Cy 115 445 4fi? 2 142 _. W 146 u ti ,_......11.3,, I ��ro �2� A �rnaru112e UY1 53 SE 248 st 141 Sp CO' tCr 434 } E 15 . St < .Y LL E sr 4 425 561 � sEa50 516 d Q �,........E nr 1 �..;SE J rb!71 t .,b.,. � 1 �1 r oy G a 1 54 c > 2 St e.., 1 ul_.,..,,.g 252SC 2-1 � 1 is .. ._..WS R. uYu, J6a _. &. { T m Gn GP4L)CbIJkIP� ��� � �� �'w � ,�rQ �..,..,.. � �,• � sa2s� 2616 Paint Line Striping Refresh 80F19 Paint Line Locations -a- Curb Painting Location 41111111111111 0 500 1,000 Coordinate W/Other Work 12.3 Map Key (see Appendix A) !!!% j . m �Feet �....,.IIIM Produced by Paververnt Mararryer:Joseph Amucto WM ID2©16 PaInt SEr'rpirizl Mapbook V2.rnxd Printed'.Marsh 2016 2�' 'J� VAGE 4 UP:,,, .............. 201 51,1161�'E 21��. _J�"�;"�,,, .... SE 2 1 r,St 2 S E 217 P, 'jq , 200 .......... A?, 107 4 SE 217 PI SE 21.11 > 106 SE 2T8 F11 SE219R U 2 19 P j 15 I-SE,22 i b A, Sti SE 222 St 199 440 2 22 C yk §S E 2 23 S V S E,223 PI zr ------------ a 9E 22 I 51 s SE 22, St 104 51 12b St �'h 2 b 11l v" Q C'� W�Pls' 104 SE 227 R SE azT PI 62 103 k H I i L 198 SE 2.28 1'1 'S E 22 197 2? 102 IN 101 196 E Z'— 1001 0 . .. SE�"'o Sr ............ n— Pi miily,I2� 99 194 CO S[2123A�,,� S'� �"0 —�1ti Lake Johe P PL� Sl -?34 St 7-98-77 2;W PI < ul 193 0 m �8 7 Ln IT"n �l'— .j! 97 SE 235 Si SF 12 MVj� 'F?�mst S 493 192 Fill r 96 -—--------- W 492 2,iB l'� 2�0 P, 1 91 1 �S F"11 1�1 - -2- 9 5 498 V., Cl as r 0 0 SE 497 94 491 51 St wl L "[7, m Clark Lake 3, SI 214 St 189 J N5 188 < 93 "'1,VI 2,16 91 1 L 2v s( U)'j SE 248 St ic �R 514 0 0`7 7i, �w G < ?L- LLJ U) SE 25 187 -sl > 2 SE 251 Po xrkSL 25 187 N '5t 253 St 15 VN T— 2016 Paint Line Striping Refresh 9 OF 19 4MM Paint Line Locations m)wum,w Curb Painting Location 0 500 1,000 Feet Coordinate WI Other Work 123 Map Key (see Appendix A) SENT Produced by Pavement Manager:Joseph Araucto W0+11XD2016 Paint Skrrpinq Mapbook V2.mxd Minted:Match 2016 I SC:;2YG'a"G I 1 s j if • e �I 222 SI > S f ff �t r y.l V7.aY 129.PY,..f ;� yr 3 F 1I@ � ......�....�i_ aF.dt.> alfl 52 )FO23Y St kS7 St ) t �1 �i ,lud ur Lake JoGi 0 v�y ,. .. a F�YI 4041 ,,ta SP2E4 d ��m w � a "I ..�.,I i to SE.23,4 PI %u J75 6j. 1.,._ J F�, E d.,"if ,.. .1 .lei __ �� ..... .. ......... w ....... ,uarPt� i SE,r'9dr St a�n� w � Mint Lakeru R g oro s , H 9tY it li I iv 4F 497 ( mS SE 240 St a J r.... . .u.,u¢..,.. ,,,.ra-,�r r<r�N i G,,,rru i ii ar,,,,..«✓r J', .ice ry y, �J,.F _...� aF rsa NG 3t iri pSO,? I t t n� yG 1 { I 504 x. Ij s251 �t _w_....... , .„, l Sk 2Sj of . .,r . t .� , 5E a,t r t `". 2016 Paint Line Striping Refresh 10 OF 19 MOM Paint Lone Locations mnuaryui Curt] Painting Location 500 1'Q00 Feet Other Coordiinate WO Oth Work 123 Map Key (see Appendix A) DET °" N PiwJticed by Paveniagit Manarge.r,,Onseph Araticta U:SNIXDh2.616 P:aitit Strip ii...c0...Mapboa,k V2,mxd Printers VaTO)2C01t"s PAGE 5 UP 2 03� 254 4 J 41 P),I, 256 St 589 n. 579 S?57 St S 256 St .2 Ts A A "59 St 57317, 400�� I-ull GS Ln �,Glk 0� 7' �61 N 5261 I-1- < 61,17 m s CD s .. ......... s hi , 7f+1 PIS 2y) S 262 M 47 jl g �A,5 B'17 A0, 22 11"�! S 264 R 52 Ill 2z S 66 > f'T I us .2 to 99 " 587 co S 268 F11 S 268 Sa co Z69 Ll 4 yIti x y �qj 586 S, 569 2< S �Hl % M S 2St r F 'a S 273 ST m, 1714 i n e a a t Y LiMITS" s 2 t LU f 47 f 4 llj� N, 7" '5 P ?73 S/ PY/ A/If V ly Star Lake s276 St 2�16 PT Ali, two 0, 0 (o), 'A" p? ✓ h S otar p 277 P� A PI S < �'n PI S 2 S 2 SI 28 2 j?/ "I'd 284�Purs , 10 ryI S s 285 PI 28 ......... 2V S' 288 "M m S 2613 P I M S 211 1tl "o s i I q > 29 290 IF 290 st 'j Ir 1+1 2016 Paint Line Striping Refresh 11 OF 19 GOMM, Paint Line Locations --ro Curb Painting LocaUon 01 500 1,0001 4111005%.11. Feet Coordinate W/Other Work 123 Map Key (see Appendix A) KENT Ptcducad by Pavement Manager Joseph Ariucto U Mrl�.2016 Palnt Striping Mapbook V2 mxd Printed NImch 2016 302 /` _, " r M , a v yM P4 t 26 I s ti r ' r � ✓ �f I � ',.' f v I ' QA ' Y L �....�........i.........� ri . n Y � e _ A 1 I j t�r 57 584� � I G+r S 260 S1 l,`V,i., i E r!`t% '..;'. ..,_ + ✓_.. �,,.. 1 1 S 261 St 1J i S 262 St f / Jfa2 S1 f/,,, ..... .._..... _........ .,.�..�.� . _,_._� _... ._.. f( s , f�a L.. .....� co co �r� r u� S r U) _. 167 a 0 xa _. ...,.__..._. _.,___.,,. ... 59 s 2 ru st M 339 a a + r r rT7 —L S 27LLJ 2rSt u r .,..�.....-............. _ Star �r /r r0U 4zrr. o. i S 277 St 1 i e .:. a2FaB:i9 ,,.,,. S�Tf>6�y � ?i• ���� ' ' w -� 1 1 �,. ...Ki.ngCOUnty �... . .,.,,. , r s 284 Pi A�tbum ,,. i i t ... � saes Pi SrEt*S er 12 �n rrir�rr,�rt�IJrJr���irJ rl ici �vri�UJa�i/ii//� rrr r S 2, StJ 2d J PI uN 29'}PI C/r/�,rrCbi;y r�r� J33 Faljt rr ,./^...... .,. __. t i 8 d8 PI I r� r 3 S20St 529U r'I 2016 Paint Line Striping Refresh 12 OF 19 GNMID Paint Line Locations - Curb Painting Location 0 500 1,000 4000,%,. Peet Coordinate WI Other Worm 123 Map Key (see Appendix A) IM[T Prorlaced by Pavement Manager,Joseph kaucto V WIXD12016a faint Stoping Mapbook V2,rmxd Printed,March 201�6 ..... PAGE 7 UP[; p 34'1 � k 14S CU] ` ( . E Va d J PAurrr n v( u � gip 1f SCG 2 , i 375 v, � �13,10 , ua an aro ._.._ t S261 SCip i 71 i. o 4 q, q 367 _.. .._.�._._. l 594 . �� ..+✓ • 3:39 � _...._._ ., w rn �� �' Ui « 0 f " y i{ „ C 1 �'1 a r.n„iJL�a; "" R�,.,�a„u'l'^ ,✓,.dP�T/� .,o��.M ll� �, ' T�arb � 7 In County J .�/ ��,ita✓ail IG/,/i%t rrm��la uGi/r/. t.�r�a�1 �r,I�Y, Auburn l�r V Z V m._ ID 07 a ue ty 1 " r� ff N _.,. .... ..... 2016 Paint Line Striping Refresh 13 OF 15 Faint Line Locations Curb Pa'infing Location 0 500 1,0010 Coordinate W/Other Work 123 Map Key(see Appendix A) °' ICEt+iA Feet .....,.,. Produced by Pavement Manager.Joseph Avaucto t7aWD 20'1G Paint Striping r4 aprook V2.mxd Prinled',March 2016 s,9 r �� IPA GE 8 UP a,as� i a Y1 '' � w' ff " � x,a p11 ._... f s °I- id o Wfl 173 ' P . MR n ` d .;.a ,PI w .P 258 .. r, " I Iy SE 2-6CY 517t7 o L < Loll e ( r ` 262 VI 'I w .._ ._ E.,2GI SI ` d, « 557 Iy m �� 1100 yp �" 5t Ja 4 z't i 1 ,z 0 Eta P. ... Y4 i Q A _ y - P w C> PI .,.. D 5E467 5t «- NF"i... 21A�Pi a 5L lrU S1 �tl;, / F "n IrT 8, 55 545 ( : , I G7 '" sE'27trow us, I � .d, IYI t td,grp � M LO r �t, SE a 71 se 0 2� E ,..... :, Kin Count �*�« _ x � ._ _ 55�7 ru SF 276 SiVI _. U, oa �..u�., Auburn �I .e SE 2'77St f isM rTv'mot Ey.. z u q'277� sE z7s st ryFi w, 522 28 1St f t a' u SE.2 fl1 4t L..—J 1 si t�rr4� �r 40 St NE �4U e aaa su . rrD .., �R _ .... .... bE 2'90 S!I F f t�rii Fri [ � .. 2016 Paint Line Striping Refresh 14OF19 GEEM Faint Line Locations mroa r it Curler f ainUng Location 0 500 1,000 Feet Coordinate Wf Other Work 123 Map Key(see Appendix A) —001 KEN'Q Produced by Pavement Manager:Joseph Anatottb LWXM2616 Pa6nt Shying Mairbook V2.mxd PriWA March 2016 2512 P� PAGE 9 UP 187 J,zllz 1 254 St 514 W w V" SE 254 P I J �2 ue 186 185 cli 88 184 �,J st- ij� W 511 -J, 4 547 335 59 P, SE 260 R 5'1 DNNN 259 v to 509 E 2f,I 508 183 yes L26 264 507 ........tpr....... 506" 0 82 264 Pj W, ua < guy a 515 rn 83 268 2 St ry C9 E 210 51 m SE271 P1r............... o. 27",1, — 516 - .- Sl SEC �7..6......... 7 ff,2 P- 5 3 LaCUjL 180 0too"nno - n SE274NY jj 7.,S,2 SE 21•1 S, Z 7.6 S t.......... 517 179 SE Sl PI S 277 s� 112 76 p� 0 S, 178 522 3E 277 P� SF.270 518 17FIll "' q.r,,,, 3, 177 176 Sk 2 N N E 28D SI Sl 19 520 28 t 1� 175 P, Auburn City Limits 5r as sr 84 Stttttttt SE Pi ., _.....� ...°:,E'P .,..._...... fr.. SE tar,PI 174 < ��r.,. �...,., r�nl IIII z� ................. Auburn .. �2 ............................. ....................... 2 Or�PI V=77 SE 288 St 77t SE290PI ------- IPA,GE 17 DO=WN 2016 Paint Line Striping Refresh 15 OF 19 GEE= Paint Line Locations awmamumm-, Curb Painting Location .00,0 0 Soo 1,000 00 Feet Coordinate W/Other Work 123 Map Key (see Appendix A) KEN" T Noduced by Pavement Manager:Jowph Araudo UAWDQ016 Paint Stnp�ng Mapbook V2 mxd Printed Mamh 2016 g PA GE 10 UPI �f.. J Pl m � Tse v�i. 'r'j.! ,,,,,c`r .� w C r ✓�}� yf + " ` -' 504 �� f / q , ,,,✓ _ Jf � 523 A P4 G 1 f � i rry F 25gF^ hY Pf t A �tY I _. t t SE 260 .�iE"1'I'�td rh y 1 d f[ St a.. .._..— ---- SE 2611 — 6 r n IJ 525 ', .Sf H ^ti }IpI SFv'258 5A o r r.� r (a 16 3F� ICrvt n�l y Ftd e cv SIcli 7�,t"°" S,3w1 52a �� r 4r ; SErF Srir t la r ' w . �� I ' wwr n , rY.r, 9 .,r - . a ti 1 LY y X Z',R"I .,,,._. .+ft,Fit F., SF.d7 �� "r SE 77,n PI .._.-._. lw, .._ //�// JS FI G t �35 �t xR i�r r J 528 ��R 276,Ili 529 53 .-V I.✓F f��f ....,. .,.., k 1 d�PV r SF J03 t 530 R SE 280 �� �1.,}} . <C 2799, SC 2Pf7 4; ✓, LU Al w 53- 531 �w �7 SE 262 3t C77 = ....... m ,.•ht xAd a . L SE 28j C 535� +taz..wi.....-,. s�atra st 539 / ..54 JA , 'r 001 SF 267„S . a41 ./p �w A ... — S 288 St / z p /% 2016 Paint Line Striping Refresh 16 OF 19 GEEW Pa nt Line Locations mvairnmveauiuu,+nnw Curb Painting Location o Soo 1,000 Feet Coordinate Wl Other Work 123 Map Key (see Appendix A) KENT Produced 6y Paveinwtt M.arrager:,lloseF)ki Araucto UD:PAXDt2016 Paiinl Stripirrig MaFadook V2.mxd Printed.March 2016 IPAGE 15 UP 8034ra 515 545 181 549 7z 171 S 0 sE 272 S 0 R�? '7'1 :',. " r3369== ......................... E Y Ct 271, a 501 J 179 )17 ------- 0 SE 21a 2 T6 SE 276 SPr!F Sit 550 & 178 522 SE 217 Pti 51 ti 271tart I.0 .i I SE 27�U F 278P, 518_P 'x al Ili" 177 �y_17fa .................... 5 9 520 SE?ft1 S� L 282 y 175 LD m SEi Auburn City Limns 2 S1 PE. ......... St ?86,PI 174 ;2 b I�Ilt �SE P, L. .......... S-2 t. V, ......... \( '61 �E 27aft a� 6 4-? N S�E �-777777­ j LI 29!GI :.S E 2 98 P I US .......... SE ftX.NY S N , o' g ..................... gg ........... If, E 304 St g Vlr All NO 10 H 0JA 2016 Paint Line Striping Refresh BRIDGES -17 OF 19 40MM Paint Line Locations Curb Painting Location 0 500 1,000 mmmmg==Feet Coordinate W/Other Work 123 Map Key (see Appendix A) "—�I'KENT Flmduced by Pavement Manager,Joseph Araucto U.4Yv1XDQ016 PauA SIgpnq Mapbook V2.mxd Printed Mamh 2016 A , a rl i✓ A ✓Y l✓9i1 h1 n y l� 1 i ,e 4 t.91 of z mf r� ✓` 4F 26+�5t �r .....�. ,., _......_ _._..._...... .. Y.................................. .. �h I 1 P Y r� J' a S E PS EY, I i `CyCy�' 7% 1 uv m M nI !� 1 r,...,..�.._.. ., �..�. .,,.. .. —.—.««..-----.—.....r.----_--- 1 7� w 'f do t 0 J SE276St iCJ Maple Valley , ,1101 2016 Paint Line Striping Refresh CL.ARK SPRINGS -18 OF 19 Paint Line Locations -- Curb Painting Location 0 500 1,000 Feet Coordinate Wt Other Work 123 Map Key (see Appendix A) �ENT Produced by Pavement Manager.Joseph traucto U:IMXC 2016 Paint Striping Miphaok V2.ntxd Printed March 2016 r � I 9p n Ir ( r r✓1' W♦r rr r"� <t 264 / QMIQYNE7�.�,f1 /IZ r cc S 234 S4 r60' i I ti, 22s PI �...S 235 26a ' PI r I a W Cale St i Con"St 3E1'PV f rr "Ch `Y "'51 4y Sr rrr � .� 14 I -•, rrr. M Morton St �` W � 444 � rr r u s za®Pq �a, I' Cloudy St 257 S2.SJ.PI.. � E: far „,..,...._- Q U, ,vr le,,r ':`a.,ra�i�.5�t , r c # �� I �....1. 105Co7 q 0) aamePa cc NEWlarr>eS St f t 'c � 442 43 ,.,, ^sV t, _ .._.........._ 1 .<.,, ✓; ,r6 I d K M Sla >V�392X 45301, I ✓ ; f { 'r, (cedar St Co P� r� ......I � s`' ' 'vJ Snrru St r� �,.: { JA M1 gym' .._ James Ln W James Lrr r � s)r toneLr �df715 / J pppp 1 rV......._ 427 Mca qln S ¢ / � e. s O 1 CL Y �I r� a 419 ZI�� J4llathJt 220 t� br/ E Smtlh S4 ' 11 p` f I� 3A4 qo gy208`. ..:q wy 4 0 elf V1J HarrSOn St. z,I .w.F yl r 3 431� 36'u"arc 4Y3 ...p SrniCl ,. L W 9lrteeker t �� St a 445 Ey s73 o 'I! W INeekeit+1 ua V l tr 409 383 423 �o 432 w cli 2r 7 i II 404 vn`W C owe St 37 Gow I� 'r' t, 33 �f q! to pt 406 382 372 388 364 �� 424 �� Tacoma St ..., > ', fi r 420V TIC 418 i 343 iPPPt d7 ta�5 434 4 / c �403 � 37I u � � � r1 �. 8f4 38`d ` 3S/ � ",.,. �INk P[2e a.,_ Doan�V C.fva rcwf NhIV ;s �� rY '' r"' an vy� ca WMl^'� d L j i i , 6w � eo- 41II15t t7a r ccy" ` 7 mad" r�4tllsSO `. ! 370J co t E4unht.o t � ,� 385 c e C ti 377 ....... �Sr�ttVr*S4 34 Y1 -Crow St 2 Russell « ' y a3eV PI _, r cell St CJtr_arw'r,v © x ...-- r G >ur ' 1 1 rJliPerr,an roV.,... .I Q 2� G t MorCn Stl Cha,rac,SG cn 2✓ r _ 1 `�,/ �_:.. Carter 6 f1 4 awralrr R C_ .... r I Came,f1i i l 375 -Marion St r "'f 1 l � rc fl c 2016 Paint Lire Striping Refresh DOWNTOWN _19 of 19 GEM Palnt Line Locations nava Curb Painting Location 00 9,000 Feet Coordinate WI Other Work '123 Map Key (see Append'uxA) Produced by Pavement Manages:Joseph Araacta UAMM2V2016 Paint Striping Maptratak V2.mxd Printed:March 2016 u yq n c u r a ma. 0 7 CL a ,r o a a It 0 ''.'i U � •� ('„ a a '` uY �, � �eL � G 2 v CL+l+, w, a ^"r '; zro o .v '� '' v+ re v c ••.. m ✓' .. Y"W yi Sb • M � yr m u m w 1p . cq .. C1 0 4 D _ a'°;;. " .� _', w ev u u n u ra a rv~t z ra us ' w.a a I uz yr 47 _a r- +c rn YI yr .-, w yr w vn via m t7 n v� urn wr r- n p� yn CL r LLI s iTv e i «a� wI m, r4 u] lin U ru fmm V• - mm r y r " 1 " kl s e�W v6 \ �zi455 ca �— Ed � r tar3oalie}� r, — .. d 1 i `---•.—wi"^�— ^ rcvpn I ^F'2aopl o eAV rani -" to p�d-IMA AA a >- r6 LLI - m. � Lj `l u r py u7 1 GCL IL �� _ m GAL tZ c in lcz A cl E ' c� rN� 111 1 ._ n� N � c "ro A�k Yy � cr i. Q� .c i X 1 ri r�y f 00 C"d 1 # 41 Y µk � N'f •a,Q � g L e 4 4$` a „�,�w� '� tp a !N� � � • � CL c CL .N � r TRAFFIC CONTROL PLANS Fe 0 0 2016 Paint Line Striping& RPM Repl/Araucto A - 3 March 22, 2016 Project Number: 15-3001 LEGEND SIGN LOCATION (TEMPORARY MOUNT) WORK VEHICLE — TEMPORARY TRAFFIC CONTROL DEVICE (CONES) ® ARROW BOARD DISTANCE (FLASHING CAUTION) ROAD TYPE BETWEEN SIGNS A B URBAN PROTECTIVE/SHADOW 25/30 MPH 2OO FT 2O0 FT VEHICLE URBAN STREETS RESIDENTIAL & 350 FT 350 FT acaas PORTABLE CHANGEABLE BUSINESS DISTRICTS 35/40 MPH MESSAGE SIGN w RURAL ROADS URBAN ARTERIALS 500 FT'500 FT' I 45/55 MPH MINIMUM TAPER LENGTH L (FEET) PROTECTIVE/SHADOW LANE IDTH POSTED SPEED . (MPH) VEHICLE 35 40 45 10 105 150 205 270 450 � 110110 • 11 115 165 225 295 495 µ 12 125 180 245 320 540 ARROW BOARD (FLASHING CAUTION) GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCO AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH FORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. PROTECTIVE VEHICLE RECOMMENDED—MAY BE A WORTS VENCLE. Q 4. DEVICES (IF NEEDED) SHALL NOT ENCROACH —<> INTO ADJACENT LANES. 5. ALL SIGNS 48"x48" BLACK ON ORANGE UNLESS OTHERWISE SPECIFIED. USE SIGN SHAPE AND 6. CHANNEUZATION DEVICES (IF NEEDED) ARE LEGEND APPROPRIATE TO STANDARD TRAFFIC CONES. THE TYPE OF WORK 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/'OR DRIVEWAYS, 8. ALERT AFFECTED RESIDENTS AND SCHOOLS 7 CALENDAR. DAYS PRIOR TO START OF PROJECT. CHANNELIZATION DEVICE SPACING (FEET) TAPER TANGENT 10 10 ?�OK Ell I� 2016 PAINT PROJECT T CITY OF KENT Sri Nrs �ryEXHIBrr ENGINEERING DEPARTMENTAR DATE M 2016 MOBILE CHANNELIZATION DEVICE LEGEND SPACING (FEET) SIGN LOCATION TAPER TANGENT (TEMPORARY MOUNT) 10 10 ■ TEMPORARY TRAFFIC DISTANCE CONTROL DEVICE (CONES) ROAD TYPE BETWEEN' SIGNS A B r7l ARROW BOARD URBAN (FLASHING CAUTION) 25/30 'MPH 200 FT 200 FT as URBAN STREETS ® � 'j PROTECTIVE/WORK RESIDENTEAL & 350 FT 350 FT VEHICLE BUSINESS DISTRICTS 35/40 MPH RURAL ROADS rcus PORTABLE CHANGEABLE MESSAGE SIGN URBAN ARTERIALS 500 FT 500 FT Q 45/55 MPH a Y MINIMUM TAPER LENGTH =L (FEET) ' LANE Wi POSTED SPEED (MPH) (FT) 25 30 35 40 45 10 105 150 205 270 450 WORK VEHICLE 11 115 165 225 295 495 12 125 180 245 320 540 ( a m. a a ARROW BOARD k'gow (FLASHING CAUTION) GENERAL NOTES: A 1. ALL SIGNS AND SPACING SHALL CONFORM LANE TO THE MUTCD AND CITY OF KENT CLOSED SPECIFICATIONS. , AHEAD 2. PRIORITY PASSAGE THROUGH WORK AREA B FOR EMERGENCY VEHICLES SHALL BE PROVIDED ROAD AT ALL TIMES. WORK 3. PROTECTIVE VEHICLE RECOMMENDED—MAY BE sz AHEAD A WORK VEHICLE. 4. DEVICES (IF NEEDED) SHALL NOT ENCROACH W20-1 INTO ADJACENT LANES. 5. ALL SIGNS 48"x48" BLACK ON ORANAOE UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES (IF NEEDED) ARE STANDARD TRAFFIC CONES. 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS, 8. ALERT AFFECTED RESIDENTS AND SCHOOLS 7 CALENDAR DAYS PRIOR TO START OF PROJECT. 2016 PAINT PROJECT VIA aim a To a CITY OF DENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE AdAft 2016 SHORT L,EGEND V SIGN LOCATION (TEMPORARY MOUNT) DISTANCE FLAGGER LOCATION ROAD TYPE BETWEEN SIGNS —' — A URBAN 200 FT 200 FT 200 FT 25/30 MPH t-02h6 U av3HY RESIDENTIAL &BUSINESS DISTRICTS 350 FT 350 FT 350 FT �IaaA1 Ad, � Zs35/40 MPH RURAL ROADS do —OWM URBAN ARTERIALS 5dd FT 5Qd FT 5QQ FT -Ills N 45/55 MPH 01 N-2S dMd Bl< V 25 v 0 a a MINOR ST/CROSS STREET GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCO AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL A TIMES. A 3. DEVICES SHALL NOT ENCROACH INTO ADJACENT W20-7A LANES. SZ 4. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE STANDARD B TRAFFIC CONES. (n j4W20-1 8. ALL SPACING MAY BE ADJUSTED TO 00 S2AREACCOMMODATE AT GRADE INTERSECTIONS AND/OR � 0 OP DRIVEWAYS. �y W20-3 4 S 208 ST WARNING SIGNS PROJECT CITY OF KENT SCALE NITS EXHIErr ENGINEERING DEPARTMENT DATE MAR 2016 FLAG I.—Ozm aV3HV ANOM 7K OVON LEGEND \7 SIGN LOCATION (TEMPORARY MOUNT) —+IGOZ g—tzm #N X40M 8301nGHS —+'coz MINOR STREET CROSS STREET ✓ 200'+— GENERAL NQTESjL 1, ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL SHOULDER TIMES, 00 0 WORK 3. DEVICES SHALL NOT ENCROACH INTO ADJACENT CN LANES. W21-5 4. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS, 200'+- 10% ROAD WORK 0 ROAD W2C W20-1 S 208 ST WARNING SIGNS KIE�NT PROJECT CITY OF KENT SCALE NTS EXHIBrr ENGINEERING DEPARTMENT OATS MM 2016 SHLD PREVA I L I NG WAGE RATES LJ LJ 2016 Paint Line Striping&RPM Repl/Araucto A - 4 March 22, 2016 Project Number: 15-3001 rage I or 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: 04/12/2016 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1 H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $22.54 5S 2F King Building Service Employees Window Cleaner (Non- $23.99 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $26.78 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C J - King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers Et Tenders Diver $107.22 5D 4C 8A King Divers Et Tenders Diver On Standby $64.42 5D 4C King Divers Et Tenders Diver Tender $58.33 5D 4C King Divers Ft Tenders Surface Rcv Et Rov Operator $58.33 5D 4C King Divers Et Tenders Surface Rcv F< Rov Operator $54.27 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F httn-,-//fnrtres-,_wa_nnv/lni/wanPlnnkiin/nrvWanPlnntkiin acnx A Page L of 17 r, L King Dredge Workers Leverman, Hydraulic $58.67 5D 3F F_ King Dredge Workers Mates $56.44 5D 3F L King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1H King Drywall Tapers Journey Level $54.07 513 1E L King Electrical Fixture Maintenance Journey Level $27.24 5L 1E Workers King Electricians - Inside Cable Splicer $69.77 7C 4E King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E L_. King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 L King Electricians - Powerline Cable Splicer $74.92 5A 4D Construction F King Electricians - Powerline Certified Line Welder $65.71 5A 4D L Construction King Electricians - Powerline Groundperson $44.12 5A 4D r Construction L King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D �- Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction L King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction r King Electricians - Powerline Powderperson $49.16 5A 4D L Construction King Electronic Technicians Journey Level $31.00 1 F King Elevator Constructors Mechanic $85.45 7D 4A L King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $16.55 5B 111 r Products Work Only L King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $37.26 7A 31 King Glaziers Journey Level $56.16 7L 1y King Heat Et Frost Insulators And Journeyman $63.18 5J 15 �- Asbestos Workers L King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers Ft Mason Tenders Journey Level $45.32 7A 31 L King Industrial Power Vacuum Journey Level $9.47 1 L Cleaner King Inland Boatmen Boat Operator $56.78 5B 1 K King Inland Boatmen Cook $53.30 56 1 K L r L. httns://fortress.wa.00v/Ini/waaelookuo/rorvWaaelookun.asnx 3/22/21116 Rage .i or i i l J King Inland Boatmen Deckhand $53.301 5B 1 K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1 K King Inland Boatmen Mate $55.57 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer &Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer It Water Systems By y Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer &Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer 0 Water Systems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C -' King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed _J King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper-paving $44.76 7A 31 J - - King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A 31 J King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) King Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.95 7A 31 King Laborers Clary Power Spreader $44.76 7A 31 J King Laborers Clean-up Laborer $43.95 7A 31 King Laborers Concrete Dumper/chute $44.76 7A 31 Operator King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers Concrete Placement Crew $44.76 7A 31 King Laborers $44.76 7A 31 J - htti)s://fortress.wa.aov/Ini/waoelookui)/DrvWaaeIookuD.aSDX 3/22/2016 Nage 4 or 1 i r L Concrete Saw Operator/core r Driller L King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 r King Laborers Demolition: Wrecking Et $43.95 7A 31 L Moving (incl. Charred Material) ,- King Laborers Ditch Digger $43.95 7A 31 - L King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $43.951 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.95 7A 31 L King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Et Bucker Chain Saw $44.76 7A 31 r King Laborers Fine Graders $43.95 7A 31 L King Laborers Firewatch $37.26 7A 31 r King Laborers Form Setter $43.95 7A 31 L King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 F King Laborers Grade Checker Et Transit $45.32 7A 31 L- Person King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams r- King Laborers Guardrail Erector $43.95 7A 31 L King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) King Laborers Hazardous Waste Worker $44.76 7A 31 L (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 r (level C) L King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 r King Laborers Laserbeam Operator $44.76 7A 31 L King Laborers Maintenance Person $43.95 7A 31 r King Laborers Manhole Builder-mudman $44.761 7A 31 i King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44.76 7A 31 King Laborers Nozzleman (concrete Pump, $44.76 7A 31 L Green Cutter When Using Combination Of High Pressure r Air Et Water On Concrete Et L Rock, Sandblast, Gunite, Shotcrete, Water Bla F King Laborers Pavement Breaker $44.76 7A 31 - - L L hffnc //fnrt-rt­,v,_wA_nnv/Ini/wanelnnkun/nrvWAnPlnnkiin_agnx NageSot1 King Laborers Pilot Car $37.261 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 J - - King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.761 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 -, King Laborers Raker - Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 J - - King Laborers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.761 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper Et Similar Electric, Air $44.76 7A 31 Ft Gas Operated Tools King Laborers Tamper (multiple Et Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 8S Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 J Worker 54.01-60.00 psi J httr)s://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookuo.asox 3/22/2016 Nage b or 1 i r King Laborers Tunnel Work-Compressed Air $90.82 7A 31 89 r Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $95.92 7A 31 880 Worker 64.01-68.00 psi r King Laborers Tunnel Work-Compressed Air $97.82 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 . Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $101.82 7A 31 8�t Worker 72.01-74.00 psi r King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 Tender King Laborers Tunnel Work-Miner $45.42 7A 31 F King Laborers Vibrator $44.76 7A 31 L King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 r King Laborers Welder $44.76 7A 31 L King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 r King Laborers Underground Sewer General Laborer Et Topman $43.95 7A 31 L Et Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 Et Water L King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 L Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers L King Lathers Journey Level $54.02 5D 1 H King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 L King Metal Fabrication (In Shop) Laborer $9.78 1 r King Metal Fabrication (In Shop) Machine Operator $13.04 1 L King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 r King Millwright Journey Level $55.52 5D 4C L King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 r King Modular Buildings Equipment Maintenance $11.56 1 L King Modular Buildings Plumber $11.56 1 f` King Modular Buildings Production Worker $9.47 1 L King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 F. King Modular Buildings Welder $11.56 1 King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C F King Plasterers Journey Level $51.68 1 R L 1- L htf nc-//fnrtracc wa nnu/Ini/wanalnnhi in/nruWAnPlnnki in acnx w77/7f11 A Nage i or i i King Playground Et Park Equipment Journey Level $9.47 1 Installers King Plumbers Et Pipefitters Journey Level $75.69 6Z 1 G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete King Power Equipment Operators Bobcat $53.57 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib with attachments King _Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150' Of Boom a (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power Equipment Operators $56.00 7A 3C 8P httos://fortress.wa.aov/lni/waaelookun/r)rvWaaelookun.asny 3/22/2016 Page u or 1 i r` L Cranes: Through 19 Tons With r Attachments A-frame Over 10 Tons L King Power Equipment Operators Crusher $56.44 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $56.44 7A 3C 8P (power) L King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P . King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $57.51 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type r King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P L And Gamaco Et Similar Equipment . King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P L With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P With Attachments L- King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc r King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.441 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P r Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P r- Articulating Off-road L Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons L King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P r Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P L Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $56.441 7A 3C 8P L King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P r King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P L King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P r r httos://fortress.wa.aov/Ini/waaelookuu/orvWaaelookun.asox 3/22/2016 rdye 7 Ui 1 i J Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons .a King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P (Certified) -� King Power Equipment Operators Rollagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $56.00 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P King Power Equipment Operators $56.00 7A 3C 8P a httn-,-//fnrtrPgs-wa_nnv/ini/wanPinnkiin/nrvWanPlnnkiin acne 'A/79/9niA Page lu or i i F L Shovel , Excavator, Backhoe, F Tractors Under 15 Metric Tons. L King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P r Over 30 Metric Tons To 50 Metric Tons L King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P L. Over 50 Metric Tons To 90 Metric Tons F_ King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 813 Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 813 King Power Equipment Operators Spreader, Topsider Et $56.94 7A 3C 8P L Screedman King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 813 King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P L King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 813 F Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 813 L through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 813 L height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P r Truck Type King Power Equipment Operators Trenching Machines $56.00 7A 3C 813 King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P r Tons And Over L King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons r King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P L Conveyor King Power Equipment Operators Welder $56.94 7A 3C 813 r King Power Equipment Operators Wheel Tractors, Farman Type $53.57 7A 3C 8P L King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P r Underground Sewer Et Water Concrete L King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 813 L Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $53.57 7A 3C 8P r Underground Sewer Et Water L r L httos://fortress.wa.aov/Ini/waaelookur)/r)rvWaaelookuD.asox 3/22/2016 vage i i or i i _J King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P lUnderground Sewer Et Water _J King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P ' UnderQround Sewer Et Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M `-' King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P UnderQround Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P UnderQround Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P UnderQround Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P UnderQround Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P UnderQround Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P J Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons J King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P UnderQround Sewer Et Water J J httr)s://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookUD.aSDX 3/22/2016 Page 1L or ii r King Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P r: Underground Sewer Et Water Permanent And Shaft Type L. King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar r Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P L' Underground Sewer Et Water With Attachments r— King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer It Water Prints, Cut Sheets, Etc r King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer Et Water L; King Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over L King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards L, King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer Et Water Locator r^ King Power Equipment Operators- Horizontal/directional Drill $56.44 7A 3C 8P L. Underground Sewer lit Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P r Underground Sewer Et Water 10 Tons L King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under r- King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P L Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P (- Underground Sewer Et Water But Not Including 8 Yards L King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer Et Water Yards F_ King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P r Underground Sewer Et Water L King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer Et Water F_ King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P r Underground Sewer Et Water $0.50 Per Hour Over L Mechanic) r t_ httnc•//fnrt-rpcc wa nnv/Ini/wanPlnnki in/nrvWanAlnnlci in_acn�r '�/77/�f11 F, Page ij or 1 King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator ' King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer Et Water King $56.44 7A 3C 8P J httDs://fortress.wa.aov/Ini/waaelookuD/DrvWacelookui).asox 3/22/2016 Nage 14 or 1 i r L Power Equipment Operators- Scraper, Self Propelled Under r-� UnderQround Sewer Et Water 145 Yards L King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P L UnderQround Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 813 ,- Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P L UnderQround Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P F� UnderQround Sewer Et Water Over 30 Metric Tons To 50 L Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P UnderQround Sewer Et Water Tractors: 15 To 30 Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 F' Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P E UnderQround Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $56.94 7A 3C 8P r Underground Sewer Et Water Screedman L King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P UnderQround Sewer Et Water r King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P L. UnderQround Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P r Underground Sewer Et Water Height Base To Boom L King Power Equipment Operators- Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer a Water through 250' in height, base r to boom L King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer Et Water height from base to boom r King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P L UnderQround Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P r UnderQround Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P L Underground Sewer Et Water Tons And Over F King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P L Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P r- UnderQround Sewer Et Water Conveyor L_ King Power Equipment Operators- Welder $56.94 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P L Underground Sewer Et Water L L_ httnc•//fnrtrPcc wa nnv/Ini/wanalnnki in/nrvWanPlnnki in acnx i/77/?nl A Hage 15 or i i .J King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P J Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers J King Power Line Clearance Tree Spray Person $43.38 5A 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 $74.36 6Z 1G Conditioning Mechanics J King Residential Brick Mason Journey Level $52.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.64 5D 4C Applicators J King Residential Drywall Tapers Journey Level $54.07 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $74.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 111 Workers King Residential Soft Floor Lavers Journey Level $44.11 5A 31) J King Residential Sprinkler Fitters Journey Level $42.73 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M J King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers J King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H J King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $40.87 7M 1H King Shipbuilding Et Ship Repair Carpenter $40.41 7T 2B King Shipbuilding Et Ship Repair Electrician $41.43 7T 4B J httos://fortress.wa.aov/Ini/waaelookui)/nrvWaaelookUD.asox 3/22/2016 Page lb of 11 r" King Shipbuilding Et Ship Repair Heat Et Frost Insulator $63.18 5J 15 King Shipbuilding Et Ship Repair Laborer $41.47 7T 4B King Shipbuilding Et Ship Repair Machinist $41.46 7T 4B King Shipbuilding Et Ship Repair Operator $41.39 7T 4B King Shipbuilding Et Ship Repair Painter $41.42 7T 4B L King Shipbuilding Et Ship Repair Pipefitter $41.401 7T 4B King Shipbuilding & Ship Repair Rigger $41.48 7T 4B f^ King Shipbuilding Et Ship Repair Sheet Metal $41.43 7T 4B L' King Shipbuilding Et Ship Repair Shipfitter $41.48 7T 4B r` King Shipbuilding Et Ship Repair Trucker $41.32 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.37 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.48 7T 4B ' King Sign Makers Et Installers Sign Installer $22.92 1 L. (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) L. King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) r, King Sign Makers Et Installers (Non- Sign Maker $33.25 1 L. Electrical King Soft Floor Lavers Journey Level $44.11 5A 3D r King Solar Controls For Windows Journey Level $12.44 1 L King Sprinkler Fitters (Fire Journey Level $70.14 5C 1X Protection) ' King Stage Rigging Mechanics (Non Journey Level $13.23 1 L Structural) King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 L Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor L. King Surveyors Chainman $55.47 7A 3C 813 King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 L Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside L King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B L Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside L- King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment $37.60 5A 2B L Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B r Outside Operator (Light) L r L httns-//fnrtress_wa_nnv/Ini/wanelnnkun/nrvWanelnnkun_agnx A Page 1/ of 1/ King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside ' King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 26 J Outside- King Terrazzo Workers Journey Level $47.461 5A 1 M King Tile Setters Journey Level $21.65 1 J King Tile, Marble Et Terrazzo Finisher $38.29 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $51.25 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $50.41 5D 3A 8L WA-Joint Council 28) w King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $50.41 5D 3A 8L Council 28) ;King Truck Drivers Other Trucks (W. WA-Joint $51.25 5D 3A 8L J Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well_Drillers a Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers _a httDS://fortress.wa.aov/Ini/waaelookur)/DrvWaaelookUD.asDX 3/22/2016 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 t` Overtime Codes L-, 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. r- 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL L BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r 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 F' shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on L_, Sundays and holidays shall be paid at double the hourly rate of wage. r 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 L 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 r, rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. , F. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday . shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a L, 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 r double the hourly rate of wage. L_ H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday f through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the L hourly rate of wage. r I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. L K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All r hours worked on holidays shall be paid at double the hourly rate of wage. L M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be F 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. L N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of F wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L 1 F L. Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 1. O_ The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid atone and one-half times the hourly rate of wage. All hours worked in excess often (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on a Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at J double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. - Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. a 2 r� Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 r, Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. r, 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. L O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. r. 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 L over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. r W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, r ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one L 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. (- L 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. L 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 r outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours L 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 L 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 r, until such time as the employee has had a break of eight(8)hours or more. L C. Work performed in excess of eight(8) hours of straight time per day,or ten(10)hours of straight time per day when r 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. L 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 F_ the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. L 3 r L ' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued J 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. a H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the -1 hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Overtime Codes Continued r L 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. L EXCEPTION: r On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations,generating plants, industrial plants, associated installations and substations, except those substations whose primary function is L to feed a distribution system,will be paid overtime under the following rates: r 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) r 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. L All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the r- hourly rate of wage. L E. The first two(2)hours after eight (8) regular hours Monday through Friday and the first eight(8)hours on Saturday F_ shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, L and all hours worked on Supdays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours F worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal L four-day,ten hour work week, and Saturday shall be paid at one and one half(I V2)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 r holidays shall be paid at double the hourly rate of wage. L_ 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 F' hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L r Holiday Codes L 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after F Thanksgiving Day,and Christmas Day(7). L B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after r Thanksgiving Day,the day before Christmas,and Christmas Day(8). L 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). L 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). r L H. Holidays: New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). F L 5 r L Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holidav Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). _J 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. J 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). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day. (9 1/2). J 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). 1. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). .J 6 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Holidav Codes Continued r 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). L Z. Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday after r- 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. r 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and L 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 F Friday shall be a regular work day. L B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and r 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 L preceding Friday. r C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, L 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. L 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 F holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which L falls on a Saturday shall be observed as a holiday on the preceding Friday. r 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 L the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F L F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day F (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. L H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, F 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 L which falls on a Saturday shall be observed as a holiday on the preceding Friday. F I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The L Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall r be observed as a holiday on the preceding Friday. L J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday F which falls on a Saturday shall be observed as a holiday on the preceding Friday. L 7 F Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued J 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. J 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 J 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 "J 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 J 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, J 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 rry Benefit Code Key-Effective 3/2/2016 thru 8/30/2016 L Note Codes Continued r-r L. r-- 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: L Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet r Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price r D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. r M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. r, N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: 52.00, Class B Suit: L. $1.50,Class C Suit: $1.00,And Class D Suit$0.50. r-. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the L shift shall be used in determining the scale paid. r- 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, r 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 L' flagging card issued by the State of Washington, Oregon, Montana,or Idaho. These classifications are only effective on or after August 31,2012. r.. S. Effective August 31, 2012 - A Traffic Control Supervisor shall be present on the project whenever flagging or L. 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 L or after August 31,2012. f_ T. Effective August 31, 2012 - A Traffic Control Laborer performs the setup, maintenance and removal of all L. 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 r 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 L August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: L $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for �. underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers L who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. F L 9 F I � q m ( : d 2 % � r ( / 1 . A ƒ � � .} � ƒ ƒ � � � � � REQVES O M1�'0 .. S SIGNATURES. �Qux. eor x ]oe nucroONEd DatE Sent;'% iG Wt¢ Ae �hetl is � fteN�m i �etl Dacumerhmk0liv.. m COnvaieT ra[bn Aate a ' �xin ee xmo nsnE, a St�iPe Fhte; lnc '�;" z 1 S k�o� mpg p z �Vv . �s, aye rozee �9 ar avem e e rtr E " �. M1lnY 641,OPG T(NV � PI°�" . of Ww eyt w n�ai r p u d 10 KE NT& Agenda Item: Bids - 9D TO: City Council DATE: APM 19, 2016 SUBJECT: 2016 Paint Line Striping, Raised Pavement Marking Replacement & S 2 08th Street Permanent Signing - Award MOTION: Award the 2016 Paint Line Striping, Raised Pavement Marking Replacement and South 2 08th Street Permanent Signing to Stripe Rite, Inc. in the amount of $278,037.00 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 project consists of refreshing existing paint striping, repainting existing curbing, and replacing damaged and missing raised pavement markings throughout Kent.. Annual refreshing of pavement markings is a way for the City to comp8y with the pavement marking visibility requirements of the Manual on Uniform Traffic Control Devices (MUTCD). The project allso includes installing permanent signs on South 2 081h Street, near 92 nd Avenue South, EXHIBITS: Memo dated April 12, 2016 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Funded from the Business and Occupation tax