Loading...
HomeMy WebLinkAboutPW17-348 - Original - Stripe Rite, Inc. - 2017 Paint Line Striping and RPM Replace - 05/26/2017 / o coy Reco rds M . ...... 10! KENT /o irr� WA5 F40MGT6M r% %�� 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 Rita, Inc. Vendor Number: .ID Edwards Number Contract Number: VV I-1 —3 This is assigned by City Clerk's Office Project Name: 2017 Paint Line Striping and RPM Replacement Description: [I Interlocal Agreement El Change Order ❑ Amendment 0 Contract Other: Contract Effective Date: Date of the Mayors signature Termination gate: 40 workin,days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: 3oe Araucto Department: P,W Operations Contract Amount: $274,86,0.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing paint striping over existing lane markings, and installing replacemen 1.t raised pavement ma.rkings­on various C ty streets As of: 0$J7.7/14 KING COUNTY, WASH I NGTCAN KENT SPECIAL PROVISIONS FOR 2017 Paint Line Striping and RPM Replacement Project ■ ■ BIDS ACCEPTED UNTIL BID OPENING May 9, 2017 May ,, 2017 10:45 A.M. 11 :00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBL I C WORKS D 1 RECTOR DENT WA 5 H IN G T O, N TAB 1 NDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Appendix A and Location Maps Tab 7 Traffic Control Plans Tab S Prevailing Wage Rates BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Paint Line Striping and RPM Replacement Project Number: R00602 BIDS ACCEPTED UNTIL BID OPENING May 9, 2017 May 9, 2017 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT W A S H I N 0 T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $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 and Location Maps Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 9, 2017 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: 2017 Paint Line Striping and RPM Replacement Project Number: R00602 The project consists of installing paint striping over existing lane markings, and installing replacement raised pavement markings on various City of Kent Streets as detailed in Appendix A, all in accordance with Kent Special Provisions, and the WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $285,000 to $319,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Joseph Araucto, P.E. 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 for each set. Plans and specifications can also be downloaded at no charge at KentWA.gov/doing-business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid 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 19th day of April, 2017. BY: _", q - nw 4) Kimberley A. komoto, City Clerk Published in Daily Journal of Commerce on April 25 and May 2. 2017 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date � r 0 This statement relates to a proposed contract with the City of Kent named 2017 Paint Line Striping and RPM Replacement Project Number: R00602 I am the undersigned bidder 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. Itil-i�c, �►2-Q� NAME OF B DDER BY: SIGNATURE/TITLE ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2017 Paint Line Striping &RPM/Araucto 1 April 19, 2017 Project Number: R00602 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: f1.e— Title: I� Date: 6-Lag/1f7 2017 Paint Line Striping &RPM/Araucto 2 April 19, 2017 Project Number: R00602 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. 2017 Paint Line Striping & RPM/Araucto 3 April 19, 2017 Project Number: R00602 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 2017 Paint Line Striping and RPM Replacement/Project Number: R00602 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: 2017 Paint Line Striping &RPM/Araucto 4 April 19, 2017 Project Number: R00602 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that c� l 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 2017 Paint Line Striping and RPM Replacement/Project Number: R00602 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. 2017 Paint Line Striping & RPM/Araucto 5 April 19, 2017 Project Number: R00602 SCHEDULE II (DOWNTOWN CORE) - R20114 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 5,000.00 $ 5,000.00 WSDOT LUMP SUM Per LS 1005 8-22.5 400,000 Painted Double Solid Line $ .14 $ 56,000.00 KSP LN FT Per LF 1010 8-22.5 610,000 Painted Single Solid Line $ .12 $ 73,200.00 KSP LN FT Per LF 1015 8-22.5 150,000 Painted Skip Lane Line $ .09 $ 13,500.00 KSP LN FT Per LF 1020 8-22.5 7,000 Painted Dotted Line $.22 $ 1,540.00 KSP LN FT Per LF 1025 8-22.5 130,000 Painted TWLTL Line $.12 $ 15,600.00 KSP LN FT Per LF 1030 8-22.5 30,000 Painted Wide Lane Line $ •22 $ 6,600.00 WSDOT LN FT Per LF 1035 8-22.5 130,000 Painted Bike Lane Line $ .13 $ 16,900.00 KSP LN FT Per LF 1040 8-09.5 130 Raised Pavement Marker $ 233.00 $ 30,290.00 WSDOT HUNDRED Type 1 Per HUND 1045 8-09.5 130 Raised Pavement Marker $ 276.00 $ 35,880.00 WSDOT HUNDRED Type 2 Per HUND 2017 Paint Line Striping&RPM/Araucto 6 April 19, 2017 Project Number: R00602 SCHEDULE II (DOWNTOWN CORE) - R20114 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1050 1-10.4(1) 1 Project Temporary Traffic $ 15,000.00 $ 15,000.00 KSP LUMP SUM Control Per LS 1055 1- 1 SPCC Plan $ 350.00 $ 350.00 07.15(1) LUMP SUM Per LS WSDOT 1060 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders Total $ 274,860.00 2017 Paint Line Striping & RPM/Araucto 7 April 19, 2017 Project Number: R00602 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work.. indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2017 Paint Line Striping and RPM Replacement Project Number: R00602 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE r 2017 Paint Line Striping & RPM/Araucto 8 April 19, 2017 Project Number: R00602 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: if, , lu__ Project Name: 2017 Paint Line Striping and RPM Replacement Project Number: R00602 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioningg lSu contractor Name: IV Plumbing Subcontractor Name; 16- Electrical Subcontractor Name: N A 5 0� Signature of Bidder rleV�_ �7aON Date 2017 Paint Line Striping &RPM/Araucto 9 April 19, 2017 Project Number: R00602 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. 2017 Paint Line Striping &RPM/Araucto 10 April 19, 2017 Project Number: R00602 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: NAME: r( Am ADDRESS: f( .) 13 1 `Pa e, S t�,M n er , 0,4 �3 PRINCIPAL OFFICE: S , ADDRESS: 51�w�n�r WA' 9 9M O PHONE: )�q sq FAX: a53. 9e3. 3P-0 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. (p0(0W800 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 typp,i�cal) sufficient evidence of the requirements of this subsection. Q ft 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). 2017 Paint Line Striping & RPM/Araucto 11 April 19, 2017 Project Number: R00602 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? �rS 2.2.1 Under what other or former names has your organization q4q operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 411rc (Iqq_ 2.3.2 State of incorporation: WN - 2.3.3 President's name: C,k g " ''Y`e"" 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: A 2.3.6 Treasurer's name: / 2.4 If your organization is a partnership, answer the following: A/A 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organizatio is other than those listed above, describe it and name the principals: /11 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally uali ied t do bus'n ss and ind' a license numbers, if applicable. � ( MW3.2 List jurisdictions in which your organization's partnership or trade name is filed. wpt. She 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 1PAAyCwa_,_t �ICLxfbZn kSe� w&ki*� k SL. ,LS 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? tQi D 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers?W 2017 Paint Line Striping &RPM/Araucto 12 April 19, 2017 Project Number: R00602 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years*,'� 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete construction contract? (If the answer is yes, please attach details.) �� 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. 0-4k-o" 4.4.1 State total worth of work in progress and under contract: AA 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. d 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. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 2017 Paint Line Striping &RPM/Araucto 13 April 19, 2017 Project Number: R00602 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of , 2017. Name of Organization: Title: 7.2 <StttrC4%6oJe4v4Ay"�- , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. (441 Subscribed and sworn befor me this day of Notary Public: My Commission Expires: (0 I�g x=° oTAR` s - � a �C. _= 2017 Paint Line r Striping & RPM/Araucto 14 ,/��Il�,opl"'AV'A?�S`l iQ;7 Project Number: � � ' I 450 .RIUJJM 1 01,: Rg aas � � � � " NE ; .:328 .- S PE A 98 r F STRIPE RITE INC Page I of I iTAlF pF Wi►SKk(,7(�1t Department of Labor& Industries Certificate of Workers' Compensation Coverage April 25, 2017 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 2016"Greater than (See Description Below) 100 Workers" Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. STRIPR1121JM License Expiration 0411712019 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.OSO and 51.16.190). https://secure.Ini.wa.gov!verify/Detai I s/l is bil ityCerti ficate.aspx?UBI=601048084&L I C=S... 4/25/2017 vi pj ii� ai <„ i 5/08/2017 City Of Kent 2017 Paint Markings Project##R00602 Stripe Rite, Inc. is not and has not been in the past (3) years, disqualified from bidding on any public works contract under RC'W 39.06.010 or 39.12.065 (3) . Steven Bateman/President Stripe Rite, Inc. 1813 137th Ave. E Sumner, Wa. 98390 Ph: 2S3.863.2987 Fax: 253.863.31.20 www.striperite.com i rio ri r it TO: City Of Kent FROM: Stripe Bite, Inc. ELATE: May 08, 2017 RE: 2017 Paint Line Striping & RPM Replacement Stripe bite, Inc. has been in the Extruded Curbing and Pavement Marking. Business for 33 years. We perform work for customers ranging from the private homeowner to general contractors,, along with various cities, counties, and WSDOT. Our key personnel are as follows: Steve Bateman - 42 years in all fields of pavement marking, estimating, scheduling, and all aspects of managing the corporation. David Stetson— 46 years in all fields of pavement marking and estimating Dawn Wilhoyte - 32 years in accounting and office management Justin Williams— 14 years in all fields of pavement marking and estimating Frank.Artz - 28 years in project management and estimating Jim Johnson 29 years in project management arid estimating Jeff Mcf-lugh ._ 14 years in project management and estimating Jake Bateman - 7 years in project management and estimating Eben Erickson- 25 years in all fields of pavement marking, estimating, scheduling And management Patrick McSorley- 36 years in road construction consisting ofestimating, scheduling And management Following are some contracts awarded/completed by Stripe Rite, Inc.:. 2016 PAVEMENT MARKING CONTRACT ($317,808.) 2015 PAVEMENT MARKING CONTRACT ($297,879.) GRAYS 14ARBOR CNTY 2014 PAVEMENT MARKING CONTRACT ($295,235.) TROY l"REEMAN 2013 PAVEMENT MARKING CONTRACT ($301,930) 100 W. BROAD AY 2012 PAVEMENT MARKING! CONTRACT ($303,000.) MONI'FSANO, WA 98563 2011 PAVEMENT MARKING CONTRACT ($283,006.) 360-249-4222 2010 PAVEMENT MARKING CONTRACT ($247,284.) 2009 PAVEMENT MARKING CONTRACT ($240,015.) 2008 PAVEMENT MARKING CONTRACT ($351,086.) 2007 PAVEMENT MARKING CONTRACT ($284,927.) i `��91 /lp0i 010 f�i r/i�� ��r/ri% r/%J�iirlrf�� / /e po 2006 PAVEMENT MARKING CONTRACT ($279,476.) 2005 PAVEMENT MARKING CONTRACT ($304,250.) GRAYS HARBOR CN TY 2004 PAVEMENT MARKING CONTRACT ($266,296.) TROY FREEMAN 2003 PAVEMENT MARKING CONTRACT ($197,622) 100 W. BROADWAY 200�2 PAVEMENT MARKING CONTRACT ($207,222.) MONTESANO, WA 98563 2001 PAVEMENT MARKING CONTRACT 360-249-422.2 2000 PAVEMENT MARKING CONTRACT 1999 PAVEMENT MARKING CONTRACT 1998 PAVEMENT MARKING CONTRACT 1997 PAVEMENT MARKING CONTRACT 2016 PAVEMENT MARKING CONTRACT ($132,854.) 2015 PAVEMENT MARKING CONTRACT" ($127,782.) 2014 PAVEMENT MARKING CONTRACT ($123,425,) PACIFIC COUNTY 2013 PAVEMENT MARKING CONTRACT ($106,428.) KAREN BANISH 2012 PAVEMENT MARKING CONTRACT ($82,398) PO BOX 66 2011 PAVEMENT MARKING CONTRACT ($81,890.) SOUTH BENT, WA 98586 2010 PAVEMENT MARKING CONTRACT: ($67,673.) 360-875-9368 2009 PAVEMENT MARKING CONTRACT ($6975 L) 2016 PAVEMENT MARKING CONTRACT($220,520.) 2015 PAVEMENT MARKING CONTRACT ($284,224.) 2014 PAVEMENT MARKING CONTRACT ($233,720.) 2013 PAVEMENT MARKING CONTRACT ($231,225.) BENTON COUNTY 2010 PAVEMENT MARKING CONTRACT ($228,434.) NORM CHILDRESS 2009 PAVEMENT MARKING CONTRACT ($212,279.) PO BOX 1001 2008 PAVEMENT MARKING CONTRACT" ($194,561.) PROSSER, WA 99350 2007 PAVEMENT MARKING CONTRACT ($202,429.) 2015 CITYWIDE TRAFFIC STRIPING CONTRACT(1.00,835.) 2009-2012 STRIPING MAINT. CONTRACT ($308,739.) 2005 STRIPING MAINTENANCE CONTRACT ($58,253.) 2004 STRIPING MAINTENANCE CONTRACT ($51,430 ) 2003 STRIPING MAINTENANCE CONTRACT ($53,000.) 425-452-4439 2002 PAVEMENT MARKING CONTRACT CITY OF BET.LEVUE 2001 PAVEMENT MARKING CONTRACT ROBERT TAMMEN 2000 PAVEMENT MARKING CONTRACT 2901 1.15TH AVE NE 1999 PAVEMENT MARKING CONTRACT BE1.,LEVUE, WA 98004 o / i/ a s 0// 1998 PAVEMENT MARKING CONTRACT CITE' OF BELLEVUE (CON'T) 1997 PAVEMENT MARKING CONTRACT 2016. PAVEMENT MARKING CONTRACT ($492,997.) 2015 PAVEMENT MARKING CONTRACT ( 458,032.) 2014 PAVEMENT MARKING CONTRACT ($442,502.) GRANT COUNTY 2012 PAVEMENT MARKING CONTRACT ($430,121.) PUBLIC WORKS DEPT. 20110 PAVEMENT MARKING CONTRACT" ($286,886.) ROIL FOLLET 2009 PAVEMENT MARKING CONTRACT ( 271,000.) 124 ENTERPRISE ST SE 2008 PAVEMENT MARKING CONTRACT ($244,362.) EPHRATA, WA 98823 509-754-6082 2010—PRESENT PAVEMENT MARKING JBLM BASE WIDE Average $1.1 million per year UNICEN-IMPEX & ALUTIIQ The following are some of our major pieces of equipment used to perfonn our 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 Cutter Wiltgen Rumble Cutter Sweeper Trucks Sealcoating Applicators Signage Vehicles Walk Behind Line Lazer Paint Machine's Hydroblaster Line Removal Truck **All Equipment is owned by Stripe Rite, Inc.** CONTRACTOR REGISTRATION NUMBER - STRIPRII2IJM, Expires 04/17/1.9 UBI NUMBER: 601 048 084, Expires 09/30/17 y BANK REFERENCE: C()MMENCE ENT AN , JO N MISNC LIDES 877-284-1880 BONDING COMPANY: MERCIIANTS BONDING COMPANY ( M1.J'F JAL) POLICY NO. WA27602 INSURANCE AGENT: SEIARNEL DI VONA- PROPEL INSURANCE 25 3-310-4047 SALES REVENUE 2016 $15.8 MILLION PROFITABLI? YEAR 2015 $14.5 MILLION PROFITABLE: YEAR 2014 $13.5 MILLION PROFITABLE YEAR 2013 $13,4 MILLION PROFITABLE YEAR OTHER REFERENCES: TUCCI &. SONS 4224 WAl:LE?;R RIB. TAC'OMA, WA 98443 JOE HARRISON 53-922-6676 LAKERIDGE PAVING PO BOX 5430 KENT, WA 98064 JOE I-IABENICHT 253-631-8290 LAKE SIDE INDUSTRIES PO BOX 7016 ISSAQUAH, WA 98027 JUSTIN BOUIN 425-313-2600 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 3, 2017. 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 , 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: 5 0 2 Irl Ric, I At--�- NAM B ER Signature of AuthorizedRepresentative �j (Print Name and Title 3 r Address 2017 Paint Line Striping &RPM/Araucto 15 April 19, 2017 Project Number: R00602 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 ' 2017 Paint Line Striping and RPM ReplacementlProject Number: R00602 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 9th DAY OF May 2017 Strip R' , In PRINCIPAL Mefqhants Bondi ompany (Mutual) (y J0 S'bTtffCarle Espl u, ttomey-in-Fact ZO Received return of deposit in the sum of $ 2017 Paint Line Striping& RPM/Araucto 16 April 19,2017 Project Number: R00602 MERCHANT� 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;Julie R Truitt;Karen C Swanson;Kyle Joseph Howat;Tamara A Ringeisen their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 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 amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "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 aut hority hereby given to the Attomey-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 Attomey-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 6th day of April 2017 10N •••�Q•• PO •<e•• • • MERCHANTS BONDING COMPANY(MUTUAL) 0 R'4�'' MERCHANT NATIONAL BONDING,INC. 2003 ;,� :i• 1933 o•c: By �v ti. .,� .. .••.9 .•. •.gyp . ' . ' \1a 6 � President STATE OF IOWA COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of 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. `PRlAz s AUCIA K.GRAM 0 � Commission Number 767430 My Commission Expires April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of 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 seal of the Companies on this 9th day of May 2017 G ,.••P�10Nq co,'�•.• •y ;Off• P 0 O •o�Polpq�oZ: gq C4 :2:2 -0- Ct0% -o- j 2003 1933 c; secretary POA0018 (3/17) ••''�••••••••••'• '••••••• 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. 2017 Paint Line Striping and RPM Replacement Project Number: R00602 NAME OF PROJECT Soo W__ - NAME OF BIDDER'S FIRM 5 11 wo� IS—I-G—RATTRE OF AUTHORIZED REPRESENTATIVE PF BIDDER 2017 Paint Line Striping &RPM/Araucto 17 April 19, 2017 Project Number: R00602 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:fInsert Name of Original Contract & Project # if agplicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signedl 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 $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2017 Paint Line Striping &RPM/Araucto 18 April 19, 2017 Project Number: R00602 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: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2017 Paint Line Striping & RPM/Araucto 19 April 19, 2017 Project Number: R00602 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 ................... Orderof Contents.................................................................................8� Invitationto Bid.................................................................................. E]-' Contractor Compliance Statement.........................................................ff Date...........................................................................................A0 Have/have not participated acknowledgment.............................E:r Signatureand address................................................................�H"' Declaration - City of Kent Equal Employment Opportunity Policy .......� Dateand signature ....................................................................� AdministrativePolicy ............................................................................ff Proposal.............................................................................................- r First line of proposal - filled in ..................................................d7- Unitprices are correct ,............................................................. Subcontractor List (contracts over $100K) ......................................... Subcontractors listed properly...................................................rE ' Signature................................................................. rfy- ................... Subcontractor List (contracts over $1 million).....................................H� Subcontractorslisted properly....................................................Ef Dateand signature .....................................................................AE" Contractor's Qualification Statement ..................................................,0' Completeand notarized ..............................................................EI' - ProposalSignature Page...................................................................... - AllAddenda acknowledged ...................................................... Date, signature and address ......................................................� BidBond Form ....................................................................................AD" Signature, sealed and dated .......................................................0, Powerof Attorney.......................................................................f" (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................-0 Signature...................................................................... t'.............. ChangeOrder Form...............................................................................E- Bidder's Checklist ................................................................................9-- 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. 2017 Paint Line Striping &RPM/Araucto 20 April 19, 2017 Project Number: R00602 PAYMENT AND PERFORMANCE BOND Bond No. WAC54568 KENT TO CITY OF KENT w.a.., o. 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 Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $274.860.00------ , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2017 Paint Line Striping and RPM Replacement/Project Number: R00602 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2017 Paint Line Striping & RPM/Araucto 21 April 19, 2017 Project Number: R00602 TWO WITNESSES: Stri e Rite Inc. PRINCIPAL (e r principal's name above) ' � BY: TITLE: DATE: l /f`dam DATE G iLc'CIL CORPORATE SEAL: PRINT NAME IJ DATE:—May_19, 2017 Merchants Bonding Company Mutual SURETY CORPORATE SEAL: BY: Karen C. Swa son, Attorney-In-Fact DATE: TITLE: Attorney-In-Fact ADDRESS: 5400 Carillon Paint Kirkland WA 98033 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bend on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY CAR ASSISTANT SECRETARY 2017 Paint Lire Striping & RPM/Araucto 22 April 19, 2017 Project Number: R00602 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;Julie R Truitt;Karen C Swanson;Kyle Joseph Howat;Tamara A Ringeisen their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedlings allowed by law, This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the foilowing By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants Nafion,W Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Aftorneys-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 aut hority hereby given to the Attomey-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 consenti ng 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 obfigations 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 6th day of April 2017 10 N4 ........... `,O\JkG C MERCHANTS BONDING COMPANY(MUTUAL) 4 % - 4' Ci, 4 -�.A�# -" MERCHANT NATIONAL BONDING,INC., rm 2003 1933 r_- By .......... President STATE OF IOWA COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of 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. ALICIA K.GRAM Commission Number 767430 My Commission Expires April l,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1,William Warner,Jr,,Secretary of 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 seal of the Companies on this day of 11A_7 d017 P 0 4 % -0- -0-% de6 Secretary..0%. 2003 1933 N % POA 00 18 (3/17) CONTRACT THIS AGREEMENT, is entered into between the Cl Y OF KENT, a Washington municipal corporation ("City"), and -e organized under the laws of the State of located and doing business at 's lit:n er (A A ("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: 2017 Paint Line Striping and RPM Replacement/Project Number: RO,0602 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 be completed within forty (40) working days after issuance of the City's Notice to Proceed. The City anticipates issuance of Notice to Proceed on or after July 3, 2017. 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. 2017 Paint Line Striping & RPM/Araucto 23 April 19, 2017 Project Number: R00602 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 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. 2017 Paint Line Striping & RPM/Araucto 24 April 19, 2017 Project Number: R00602 CITY OF KENT BY: SUZ T E C OKE, MAYOR CHAT ATTES : KIMBERLEY A. JIMAOTO, CITY CLER 6PP,ROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY PR T NAME: TITLE: - ELS- DATE: '7 2017 Paint tine Striping & RPM/Araucto 25 April 19, 2017 Project Number: R00602 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2017 Paint Line Striping & RPM/Araucto 26 April 19, 2017 Project Number: R00602 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. 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. 2017 Paint Line Striping & RPM/Araucto 27 April 19, 2017 Project Number: R00602 EXH I B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2017 Paint Line Striping & RPM/Araucto 28 April 19, 2017 Project Number: R00602 4 Client#:25674 STRIRITE ACORD.. CERTIFICATE OF LIABILITY INSURANCE 5/22 DATE(MMlDDlYYYY) MIDDI /2017 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 NAME: Propel Insurance PHONE No 253.310.4047 FAX A/C Ext: AIC,No 866 577-1326 Tacoma Commercial Insurance ADDRESS: Sharnel.Divona@propelinsurance.com 1201 Pacific Ave,Suite 1 OOO INSURER(S)AFFORDING COVERAGE NAIC 0 Tacoma,WA 98402 INSURER A:Continental Western Ins.Co. 10804 INSURED Stripe Rite Inc. INSURER B:Evanston Insurance Company 35378 INSURER C: 1813 137th Ave E Sumner,WA 98390 INSURER D: INSURER 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMIDDIYYYY MMIDDIYYYY A X COMMERCIAL GENERAL LIABILITY X X CPA6013651 4/11/2017 04/1112018 EACH�OEC7CURRENCE S1,000,000 CLAIMS-MADE 51 OCCUR PREMISES EaEoNccuence $500 1 000 X PD Died:$1,000 MED EXP(Any one person) $10 000 PERSONAL&ADV INJURY S1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY a CPRoT LOC PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: S A AUTOMOBILE LIABILITY X X CPA6013651 4/11/2017 04/111201 COMBINED SINGLE LIMIT Eaaccde.I S1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident X A0001 10113 $ A X UMBRELLA LIAB X OCCUR X X CPA6013651 4/11/2017 04/111201 EACH OCCURRENCE $10 000 000 EXCESS LIAR CLAIMS-MADE AGGREGATE $1 O 00O 000 DED I X RETENTIONSO S WORKERS COMPENSATION WA Stop Gap only: PER OTH- AND EMPLOYERS'LIABILITY � STATUTE IER A ANY PROPRIETORIPARTNERIEXECUTIVE CPA6013651 4/11/2017 0411112018 E.L.EACH ACCIDENT $1 000000 OFFICERIMEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1 000,000 If yes,describe ender DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Contractor's MKLVSENV100084 4/11/2017 04111/2018 2,000,000 CPL&TPL Pollution Liab $5,000 deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE:2017 Paint Line Striping&RPM Replacement/R00602. The City of Kent is additional insured per the attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) 1 of 1 The ACORD name and logo are registered marks of ACORD #S27140191M2706545 KTR00 .ter I .r ._tier t- : hr.S r�. ✓'TY �'t:,, r . 1 a Sf �4- This.page has been Ablank intentionally. I$r^ r ��St '•a:�t�,:r: � ., .. z. ...5: ... .. ...� � r;<?,ttf � e •r�°ft�, -�� r � �! _ ... .. ..J�...�. - � � � � .v�� ':ls.. .0 .tr .. .) r.,{a -.t•rr. t COMMERCIAL GENERAL LIABILITY CL CG FS 01 09 08 Policy Number: CPA 6013651 -24 SCHEDULE OF FORMS AND ENDORSEMENTS The following Declarations, Coverage Forms, Conditions, and Endorsements are applicable to: Commercial General Liability State* Number Edition Description ALL 9-CG DS 01 10- 0001 Commercial 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 CL CG 20 69 09-2016 Additional Insured-Contractors-Ongoing and Completed Operations- Scheduled Person(s)or Organization(s)-Acts or Omissions ALL CG 00 01 04-2013 Commercial General Liability Coverage Form ALL CG 01 97 12-2007 Washington Changes- Employment- Related Practices Exclusion ALL CG 03 00 01-1996 Deductible Liability Insurance ALL CG 04 35 12-2007 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 20 12 04-2013 Additional Insured -State Or Governmental Agency Or Subdivision Or Political Subdivision- Permits Or Authorizations ALL CG 21 09 06-2015 Exclusion-Unmanned Aircraft 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 20 01-2012 Contractor General Liability Platinum Endorsement ALL CL CG 00 48 01-2013 Continuing Damage Coverage Assurance ALL CL CG 01 14 09-2016 Primary and Noncontributory-Other Insurance Condition (Additional Insured) ALL CL CG 01 74 09-2016 Amendment of Insured Contract Definition 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 08-2016 Electronic Data Liability(When There is Physical Injury to Tangible Property) ALL CL CG 04 92 09-2016 General Liability Ultra Plus Endorsement ALL CL CG 05 29 09-2016 General Liability Ultra Platinum Enhancement Coverages ALL CL CG 20 70 09-2016 Additional Insured -Contractors-Ongoing and Completed Operations- Scheduled Person(s)or Organization(s) ALL CL CG 20 71 09-2016 Additional Insured-Owners, Lessees, Contractors or Others-Completed Operations-Automatic Status, Including Primary Noncontributory ALL CL CG 21 08 07-2002 Asbestos Exclusion ALL CL CG 2145 11-2010 Exclusion -Lead Exclusion ALL CL CG 24 01 09-2016 Bodily Injury Redefined ALL CL CG 99 30 09-2016 Waiver Of Transfer Of Rights Of Recovery Against Others To Us As Required By Virtue Of A Written Contract When the word ALL"appears in the state column,the form applies to all states on the policy. CL CG FS 01 09 08 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CL CG 04 92 09 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ULTRA PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SUMMARY OF COVERAGE EXTENSIONS Provision Name Of Coverage Extension Included or Limit of Insurance A. Miscellaneous Additional Insureds Included B. Expected Or Intended Injury Or Damage Included C. Knowledge Of Occurrence Included D. Legal Liability—Damage To Premises Rented To You (Fire, Lightning, $300,000 Explosion, Smoke, Or Leakage From Automatic Fire Protective Systems) E. Medical Payments $10,000 F. Mobile Equipment Redefined Included G. Newly Formed Or Acquired Organization, Partnership Or Limited Liability Included CompanyAnd Extended Period Of Coverage H. Who Is An Insured—Amendment Included I. Non-Owned Watercraft (Increased to maximum length of less than 51 Included feet J. Supplementary Payments— Increased Limits 1. Bail Bonds $3,000 2. Loss Of Earnings $ 1,000 K. Unintentional Omission Or Unintentional Error In Disclosure Included L. Waiver Of Transfer Of Rights Of Recovery Against Others Included M. Liberalization Clause Included N. Incidental Medical Malpractice Included The above is a summary only. Please consult the specific provisions that follow for complete information on the extensions provided. The provisions of the Commercial General Liability additional insured on your policy, provided Coverage Part apply except as otherwise provided in that: this endorsement. This endorsement applies only if a. The written contract or written agreement such Coverage Part is included in this policy. is: A. MISCELLANEOUS ADDITIONAL INSUREDS (1) Currently in effect or becoming 1. Section II —Who Is An Insured is amended effective during the term of this to include as an insured any person or policy; and organization (referred to as an additional insured below) described in Paragraphs (2} Fully executed by you and the additional insured prior to the bodily A.1.c.(1) through A.1.c.(8) below when you injury", "property damage" or "per- and such person or organization have agreed in writing in a contract or agreement that sonal and advertising injury". such person or organization be added as an CL CG 04 92 0916 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 7 with its permission b. The insurance afforded by this provision performed by or on behalf of does not apply to any person or such additional insured. organization included as an additional (4) Lessor Of Leased Equipment insured by a separate endorsement issued by us and made a part of this Any person(s) or organization(s) policy or coverage part. from whom you lease equipment but c. Only the following persons or organi- only with respect to liability for"bodily zations are additional insureds under this injury", "property damage" or "per- provision, with coverage for such sonal and advertising injury" caused, additional insureds limited as provided in whole or in part, by your herein: maintenance, operation or use of equipment leased to you by such (1) Managers Or Lessors Of Premises person(s)or organization(s). A manager or lessor of premises but A person's or organization's status only with respect to liability arising as an additional insured under this out of the ownership, maintenance or endorsement ends when their written use of that part of the premises contract or written agreement with leased to you and subject to the you for such leased equipment ends. following additional exclusions: This insurance does not apply to any This insurance does not apply to: "occurrence" which takes place after (a) Any "occurrence" which takes the equipment lease expires. place after you cease to be a (5) State, Municipality, Governmental tenant in that premises. Agency Or Subdivision Or Other (b) Structural alterations, new con- Political Subdivision — Permits Or struction or demolition operations Authorizations Relating To performed by or on behalf of Premises such additional insured. Any state, municipality, govern- (2) Mortgagee, Assignee Or Receiver mental agency or subdivision or other political subdivision subject to A mortgagee, assignee, or receiver the following additional provisions: but only with respect to their liability (a) This insurance applies only with as mortgagee, assignee, or receiver and arising out of the ownership, respect to: maintenance, or use of a covered (i) The following hazards for premises by you. which the state, municipality, This insurance does not apply to governmental agency or subdivision or other political structural alterations, new con- subdivision has issued a struction or demolition operations permit or authorization in performed by or on behalf of such additional insured. connection with premises you own, rent or control and (3) Owners Or Other Interests From to which this insurance Whom Land Has Been Leased applies: An owner or other interest from (1.1) The existence, whom land has been leased to you maintenance, repair, but only with respect to liability construction, erection arising out of the ownership, mainte- or removal of adver- nance or use of that part of the land tising signs, awnings, leased to you and subject to the canopies, cellar following additional exclusions: entrances, coal holes, This insurance does not apply to: driveways, manholes, marquees, hoist away (a) Any "occurrence" which takes openings, sidewalk place after you cease to lease vaults, street banners that land. or decorations and (b) Structural alterations, new con- similar exposures; or struction or demolition operations CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of 7 with its permission (1.2) The construction, erec- The insurance afforded the tion or removal of vendor does not apply to: elevators; or (i) "Bodily injury" or "property (1.3) The ownership, main- damage" for which the tenance or use of any vendor is obligated to pay elevators covered by damages by reason of the this insurance. assumption of liability in a (ii) Operations performed by you written contract or written or on your behalf for which agreement. This exclusion the state, municipality, does not apply to liability for governmental agency or damages that the vendor subdivision or other political would have in the absence of subdivision has issued a the written contract or written permit or authorization. agreement; (b) This insurance does not apply to (ii) Any express warranty unau- "bodily injury", "property dam- thorized by you; age"or"personal and advertising (III)Any physical or chemical injury" arising out of operations change in the product made performed for the state, munici- intentionally by the pality, governmental agency or vendor; subdivision or other political (iv) Repackaging, except when subdivision. unpacked solely for the (6) Controlling Interest purpose of inspection, Any person(s) or organization(s)with demonstration,testing, or the a controlling interest in the Named substitution of parts under Insured but only with respect to their instructions from the manu- liability arising out of: facturer, and then repackaged in the original (a)Their financial control of you; or container; (b) Premises they own, maintain or (v) Any failure to make such control while you lease or occupy inspections, adjustments, these premises. tests or servicing as the This insurance does not apply to vendor has agreed to make structural alterations, new con- or normally undertakes to struction or demolition operations make in the usual course of performed by or for such person(s) business, in connection with or organization(s). the distribution or sale of the products; (7) Co-Owner Of Insured Premises (vi) Demonstration, installation, A co-owner of a premises co-owned servicing or repair opera- by you and covered under this tions, except such operations insurance but only with respect to the performed at the vendor's co-owner's liability as co-owner of premises in connection with such premises. the sale of the product; (8) Vendors (vii) Products which, after distri- (a) Any person(s) or organization(s) bution or sale by you, have (referred to as vendor), but only been labeled or relabeled or with respect to "bodily injury" or used as a container, part or "property damage" arising out of ingredient of any other thing your products" which are or substance by or for the distributed or sold in the regular vendor; or course of the vendor's business. CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 7 with its permission (viii)"Bodily injury" or "property 3. With respect to the insurance afforded to the damage" arising out of the additional insureds within this Provision A. sole negligence of the Miscellaneous Additional Insureds, the vendor for its own acts or following is added to Section III — Limits Of omissions or those of its Insurance: employees or anyone else The most we will pay on behalf of the acting on its behalf. How- additional insured is the amount of insurance: ever, this exclusion does not apply to: a. Required by the written contract or (1.1) The exceptions written agreement; or contained in Sub- b. Available under the applicable Limits Of paragraphs (iv) or (vi); Insurance shown in the Declarations; or whichever is less. (1.2) Such inspections, ad- This endorsement shall not increase the justments, tests or servicing as the applicable Limits Of Insurance shown in the vendor has agreed to Declarations. make or normally B. EXPECTED OR INTENDED INJURY OR undertakes to make in DAMAGE the usual course of Exclusion 2.a. Expected Or Intended Injury of business, in con- nection with the Section I — Coverage A — Bodily Injury And distribution or sale a Property Damage Liability is deleted and the products. replaced by the following: (b) This insurance does not apply to a. Expected Or Intended Injury Or Damage any insured person or organi- "Bodily injury" or"property damage"expected zation, from whom you have or intended from the standpoint of the acquired products, or any insured. This exclusion does not apply to ingredient, part or container, "bodily injury" or "property damage" resulting entering into, accompanying or from the use of reasonable force to protect containing such products. persons or property. 2. With respect to coverage provided by this C. KNOWLEDGE OF OCCURRENCE Provision A. Miscellaneous Additional Insureds, the following additional provisions Paragraph 2.a. Duties In The Event Of apply: Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions a. Any insurance provided to an additional is deleted and replaced by the following: insured designated under Paragraphs A.1.c.(1) through A.1.c.(8) above does a. You must see to it that we are notified as not apply: soon as practicable of an 'occurrence" or an offense which may result in a claim only (1) To "bodily injury" or "property when the "occurrence" or offense is known damage" included within the to: products-completed operations hazard"; or (1) You, if you are an individual; (2) To "bodily injury", "property damage" (2) A partner, if you are a partnership; or "personal and advertising injury" (3) A manager, if you are a limited liability arising out of the sole negligence of company; or such additional insured. (4) An "executive officer" or the "employee" b. The insurance afforded to such additional designated by you to give such notice, if insured only applies to the extent you are an organization other than a permitted by law. partnership or a limited liability company. c. The insurance afforded to such additional To the extent possible, notice should include: insured will not be broader than that which you are required to provide by the (i) How, when and where the 'occurrence" written contract or written agreement. or offense took place; CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 4 of 7 with its permission (ii) The names and addresses of any injured you, or in the case of damage by fire, persons and witnesses; and lightning, explosion, "smoke", or leakage (iii)The nature and location of any injury or from automatic fire protective systems, damage arising out of the 'occurrence" while occupied rented by yoto you with peon t teon mporarily or offense. owner. D. LEGAL LIABILITY — DAMAGE TO PREMISES This limit will apply to all damage RENTED TO YOU (Fire, Lightning, Explosion, proximately caused by the same event, Smoke, Or Leakage From Automatic Fire whether such damage results from fire, Protective Systems) lightning, explosion, "smoke", leakage If damage to premises rented to you is not from automatic fire protective systems, or otherwise excluded from this policy or coverage other covered causes of loss or any part, then the following provisions apply: combination thereof. 1. Under Section I — Coverage A — Bodily 4. Subparagraph b.(1)(a)(ii) of Paragraph 4. Injury And Property Damage Liability, the Other Insurance of Section IV — last paragraph (after the exclusions) is Commercial General Liability Conditions deleted and replaced by the following: is deleted and replaced by the following: Exclusions c. through n. do not apply to dam- (ii) That is fire, lightning, explosion, "smoke" age by fire, lightning, explosion, "smoke", or or leakage from automatic fire protective leakage from automatic fire protective systems insurance for premises rented to systems to premises while rented to you or you or temporarily occupied by you with temporarily occupied by you with the permission of the owner; permission of the owner. A separate limit of 5. Subparagraph a. of Definition 9. "Insured insurance applies to this coverage as contract" of Section V — Definitions is described in Section III — Limits Of deleted and replaced by the following: Insurance. 2. The paragraph immediately after Sub- a. A contract for a lease of premises. paragraph j.(6) of Paragraph 2. Exclusions However, that portion of the contract for of Section I — Coverage A — Bodily Injury a lease of premises that indemnifies any And Property Damage Liability is deleted person or organization for damage by and replaced by the following: fire, lightning, explosion, "smoke" or leakage from automatic fire protective Paragraphs (1), (3) and (4) of this exclusion systems to premises while rented to you do not apply to "property damage" (other or temporarily occupied by you with than damage by fire, lightning, explosion, permission of the owner is not an "smoke", or leakage from automatic fire "insured contract". protective systems) to premises, including 6. As used in this Provision D. Legal Liability— the contents of such premises, rented to you Damage To Premises Rented To You: for a period of seven or fewer consecutive days. A separate limit of insurance applies to "Smoke" does not include smoke from Damage To Premises Rented To You as agricultural smudging, industrial operations described in Section III — Limits Of or"hostile fire". Insurance. E. MEDICAL PAYMENTS 3. Paragraph 6. of Section III — Limits Of If Coverage C — Medical Payments is not Insurance is deleted and replaced by the otherwise excluded from this policy or coverage following: part, the Medical Expense Limit is changed, 6. Subject to Paragraph 5. above, the subject to the terms of Section III — Limits Of greater of: Insurance,to the greater of: a. $300,000; or a. $10,000; or b. The Damage To Premises Rented b. The Medical Expense Limit shown in the To You Limit shown in the Declarations. Declarations, F. MOBILE EQUIPMENT REDEFINED is the most we will pay under Coverage Subparagraph f.(1) of Definition 12. "Mobile A for damages because of "property damage" to premises while rented to equipment" of Section V—Definitions is deleted and replaced by the following: CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 7 with its permission (1) Equipment with a gross vehicle weight of partnership or limited liability company 1,000 pounds or more and designed primarily are the same or similar to the operations for: of insureds already covered under this (a) Snow removal; insurance; (b) Road maintenance, but not construction (v) Coverage only applies for those limited or resurfacing;or liability companies who have established a date of formation as recorded within (c) Street cleaning; the filed state articles of organization, G. NEWLY FORMED OR ACQUIRED ORGANIZA- certificates of formation or certificates of TION, PARTNERSHIP OR LIMITED LIABILITY organization; and COMPANY AND EXTENDED PERIOD OF (vi) Coverage only applies for those part- COVERAGE nerships who have established a date of Paragraph 3. of Section II —Who Is An Insured formation as recorded within a written is deleted and replaced by the following: partnership agreement or partnership certificate. 3. Any organization you newly acquire or form, H. WHO IS AN INSURED—AMENDMENT other than a joint venture, and over which you maintain ownership or: The last paragraph of Section II — Who Is An a. Majority interest of more than 50% if you Insured is deleted and replaced by the following: are a corporation; No person or organization is an insured with b. Majority interest of more than 50% as a respect to the conduct of any: general partner of a newly acquired or a. Current partnership or limited liability formed partnership;and/or company, unless otherwise provided for c. Majority interest of more than 50% as an under Paragraph 3. of Section II — Who Is owner of a newly acquired or formed An Insured; limited liability company; b. Current joint venture; or will qualify as a Named Insured if there is no c. Past partnership, joint venture or limited other similar insurance available to that liability company; organization. However, for these organiza- that is not shown as a Named Insured in the tions: Declarations. (i) Coverage under this provision is afforded 1. NON-OWNED WATERCRAFT only until the next anniversary date of this policy's effective date after you Subparagraph (2) of Exclusion 2.g. Aircraft, acquire or form the organization, Auto Or Watercraft of Section I — Coverage A partnership or limited liability company, — Bodily Injury And Property Damage Liability or the end of the policy period, whichever is deleted and replaced by the following: is earlier; (2) A watercraft you do not own that is: (ii) Section I — Coverage A— Bodily Injury And Property Damage Liability does (a) Less than 51 feet long; and not apply to "bodily injury" or "property (b) Not being used to carry persons or damage" that occurred before you property for a charge. acquired or formed the organization, J. SUPPLEMENTARY PAYMENTS — INCREASED partnership or limited liability company; LIMITS (iii) Section I — Coverage B — Personal And Advertising Injury Liability does Section I — Supplementary Payments — not apply to "personal and advertising Coverages A And B is changed as follows: injury" arising out of an offense 1. The limit shown in Paragraph 1.b. for the committed before you acquired or formed cost of bail bonds is changed from $250 to the organization, partnership or limited $3,000; and liability company; 2. The limit shown in Paragraph 1.d. for loss of (iv) Coverage applies only when operations earnings because of time off from work is of the newly acquired organization, changed from $250 a day to$1,000 a day. CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 6 of 7 with its permission K. UNINTENTIONAL OMISSION OR UNINTEN- M. LIBERALIZATION CLAUSE TIONAL ERROR IN DISCLOSURE The following is added to Section IV — The following provision is added to Paragraph 6. Commercial General Liability Conditions: Representations of Section IV — Commercial If we adopt a mandatory attachment form change General Liability Conditions: which broadens coverage under this edition of However, the unintentional omission of, or the Commercial General Liability CG0001 for no unintentional error in, any information given or additional charge, and those changes are provided by you shall not prejudice your rights intended to apply to all insureds under this edition under this insurance. of CG0001, that change will automatically apply This provision does not affect our right to collect to your insurance as of the date we implement additional premium or to exercise our right of the change in your state. This liberalization cancellation or non-renewal. clause does not apply to changes implemented through introduction of a subsequent edition of L. WAIVER OF TRANSFER OF RIGHTS OF the Commercial General Liability form CG0001. RECOVERY AGAINST OTHERS N. INCIDENTAL MEDICAL MALPRACTICE The following is added to Paragraph 8. Transfer 1. Paragraph 2.a.(1)(d) of Section II — Who Is Of Rights Of Recovery Against Others To Us An Insured does not apply to a physician, of Section IV — Commercial General Liability nurse practitioner, physician assistant, nurse, Conditions: emergency medical technician or paramedic We waive any right of recovery we may have employed by you if you are not in the against any person or organization because of business or occupation of providing medical, payments we make for injury or damage arising paramedical, surgical, dental, x-ray or out of your ongoing operations or"your work"and nursing services. included in the "products-completed operations 2. This provision is excess over any other valid hazard" when you have agreed in a written and collectible insurance whether such contract or written agreement that any right of insurance is primary, excess, contingent or recovery is waived for such person or on any other basis. Any payments by us will organization. This waiver applies only to the follow Paragraph 4.b. of Section IV — person(s) or organization(s) agreed to in the Commercial General Liability Conditions. written contract or written agreement and is subject to those provisions. This waiver does not apply unless the written contract or written agreement has been executed prior to the "bodily injury"or"property damage". However, if any person or organization is separately scheduled on a separate waiver of transfer of rights of recovery which is attached to this policy, then this waiver does not apply. CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 7 of 7 with its permission r}J Tbig.Piage-IW,beeri left blank.intentionally.' t h ff rr • + t COMMERCIAL GENERAL LIABILITY CL CG 05 29 09 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ULTRA PLATINUM ENHANCEMENT COVERAGES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. The following coverage is added: paragraph 2.a. above,the words caused in ADDITIONAL INSURED - OWNERS, LESSEES whole or in part by are replaced by the OR CONTRACTORS - AUTOMATIC STATUS words arising out of. INCLUDING PRIMARY NON-CONTRIBUTORY c. The insurance afforded to such additional 1. Section II -Who is An Insured is amended to insured only applies to the extent include as an additional insured any person(s) permitted by law; and or organization(s) for whom you are required d. If coverage provided to the additional by virtue of a written contract or agreement insured is required by a contract or that such person(s) or organization(s) be agreement, the insurance afforded to such added as an additional insured on your policy. additional insured will not be broader than 2. The insurance provided to the additional that which you are required by the contract insured is limited as follows: or agreement to provide 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 damage" or "personal and advertising (1) When any Named Insured(s) work injury"caused in whole or in part by: called for in the written contract has (1) Acts or omissions of the Named been completed Insured; or (2) When all of any Named Insured(s) (2) The acts or omissions of those acting work done at a job site has been on behalf of the Named Insured; completed if the written contract calls for work at more than one job site in the performance of the Named Insureds (3) When that part of any Named work for the additional insured(s) specified Insured(s) work done at a job site has in the written contract provided the been put to its intended use by any contract or agreement requires you to person or organization other than the provide the additional insured such coverage and is: Named Insured or those acting on the Named Insured(s) behalf. i. 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 b. If the written contract specifically requires policy by separate endorsement. you to provide additional insured coverage g. For purposes of paragraph A. of this via the 10/01 edition of CG2010 (aka CG endorsement, the terms "you" and "your" 20 10 10 01) or via the 11/85 edition of refer to the Named Insured shown in the CG2010 (aka CG 20 10 11 85), then in Declarations. CL CG 05 29 0916 Includes copyrighted material of Insurance Services Page 1 of 3 Office, Inc., with its permission 3. Exclusions b. Available under the applicable Limits of With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional whichever is less. exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" This endorsement shall not increase the arising out of: applicable Limits of Insurance shown in the Declarations. a. The rendering of or failure to render any professional services by you or on your 5. Other Insurance behalf, but only with respect to either or For purposes of this endorsement, the both of the following operations: following is added to the Section IV - (1) Providing engineering, architectural or Commercial General Liability Conditions, 4. surveying services to others in your Other capacity as an engineer, architect or Insurance condition and supersedes any surveyor;and provision to the contrary: (2) Providing, or hiring independent This insurance is excess of all other professionals to provide, engineering, insurance available to an additional architectural or surveying services in insured whether on a primary, excess, connection with construction work you contingent or any other basis. But, if perform. required by a written contract or written agreement to be primary and b. Subject to Paragraph c. below, noncontributory, this insurance will be professional services include: primary to and will not seek contribution (1) Preparing, approving, or failing to from any insurance on which the additional prepare or approve, maps, shop insured is a Named Insured. drawings, opinions, reports, surveys, No other coverage or limit in the policy field orders, change orders, or applies to loss or damage insured by this drawings and specifications;and coverage. (2) Supervisory or inspection activities B. The following coverage is added: performed as part of any related CONTRACTUAL LIABILITY-RAILROADS architectural or engineering activities. c. Professional services do not include 1. With respect to operations performed for a Railroad within 50 feet of railroad property, the services within construction means, definition of "insured contract" in Section V - methods, techniques, sequences and Definitions is replaced by the following: procedures employed by you or performed by or for the construction manager, its 9. "Insured Contract" means: employees or its subcontractors in a. A contract for a lease of remises. connection with your ongoing operations. However, that portion of the contract This exclusion applies even if the claims for a lease of premises that against any insured allege negligence or other indemnifies any person or wrongdoing in the supervision, hiring, organization for damage by fire to employment, training or monitoring of others premises while rented to you or by that insured, if the "occurrence" which temporarily occupied by you with caused the "bodily injury" or "property permission of the owner is not an damage", or the offense which caused the "insured contract"; "personal and advertising injury", involved the rendering of, or the failure to render, any b. A sidetrack agreement; professional architectural, engineering or c. Any easement or license agreement; surveying services. d. An obligation, as required by 4. Limits of Insurance ordinance, to indemnify a municipality, With respect to the insurance afforded to these except in connection with work for a additional insureds, the following is added to municipality; Section III -Limits Of Insurance: e. An elevator maintenance agreement; If coverage provided to the additional insured f. That part of any other contract or is required by a contract or agreement, the agreement pertaining to your business most we will pay on behalf of the additional (including an indemnification of a insured is the amount of insurance: municipality in connection with work a. Required by the contract or agreement;or performed for a municipality) under Page 2 of 3 Includes copyrighted material of Insurance Services CL CG 05 29 09 16 Office, Inc., with its permission which you assume the tort liability of pay settlements or judgments will be reduced, and another party to pay for "bodily injury" may be exhausted, by defense expenses. or property damage" to a third person The following is added to paragraph 14. "Personal or organization. Tort liability means a and advertising injury"SECTION V- liability that would be imposed by law DEFINITIONS OF COMMERCIAL GENERAL in the absence of any contract or LIABILITY COVERAGE FORM: agreement. Paragraph f. does not include that part h. "Non-employment discrimination" means of any contract or agreement: violation of a person's civil rights with (1) That indemnifies an architect, respect to such person's race, color, engineer or surveyor for injury or national origin, religion, gender, marital damage arising out of: status, age, sexual orientation or preference, physical or mental condition, (a) Preparing, approving or failing or any other protected class or to prepare or approve maps, characteristic established by any federal, shop drawings, opinions, state or local statutes, rules or regulations. reports, surveys, field orders, "Non-employment discrimination" does not change orders or drawings include violation of civil rights arising out of and specifications; or past, present or prospective employment. (b) Giving directions or Any obligation to the insured to pay "non- instructions, or failing to give employment discrimination" liability damages them, if that is the primary on your behalf applies only to the amount of cause of the injury or damage; damages in excess of $5,000 deductible as (2) Under which the insured, if an the result of any one offense regardless of the number of persons or organizations who architect, engineer or surveyor,assumes liability for an injury or sustain damages because of the offense. damage arising out of the The most we will pay for all damages for"non- insured's rendering or failure to employment discrimination" is $15,000 annual render professional services, aggregate. No other liability to pay sums or including those listed in Paragraph perform acts or services is covered. (1) above and supervisory, Supplementary Payments -Coverage A and inspection, architectural or B do not apply to non-employment engineering activities. discrimination. 2. Other Insurance D. AGGREGATE LIMITS OF INSURANCE For purposes of this endorsement, the The General Aggregate Limit under SECTION III - following is added to the Section IV- LIMITS OF INSURANCE applies separately to Commercial General Liability Conditions, 4. Other Insurance condition each of your: and supersedes any provision to the 1. Projects away from premises owned by or contrary: rented to you. This insurance is excess of all other 2. "Locations"owned by or rented to you. insurance that is Railroad Protective Liability or similar coverage for "your work" "Location" means premises involving the same performed for a Railroad. But, if required or connecting lots, or premises whose by a written contract or written agreement connection is interrupted only by a street, to be primary and noncontributory, this roadway, waterway or right-of-way of a insurance will be primary to and will not railroad. seek contribution from any insurance on When paragraph B. Construction Project which the Railroad is a Named Insured. General Aggregate Limit on form CL CG 00 20 is No other coverage or limit in the policy a part of this policy,then this endorsement applies to loss or damage insured by this CL CG 05 29 paragraph D. Aggregate Limits Of coverage. Insurance does not apply. C. The following coverage is added: NON-EMPLOYMENT DISCRIMINATION LIABILITY This coverage contains a DEFENSE WITHIN LIMIT provision: The limit of liability for "Non- employment discrimination" coverage available to CL CG 05 29 09 16 Includes copyrighted material of Insurance Services Page 3 of 3 Office, Inc., with its permission is £j c .. ,., This page has been left blank m`teationally. COMMERCIAL GENERAL LIABILITY CL CG 20 71 09 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 to include as an additional insured any person(s) the policy, the terms "you" and "your" refer to or organization(s) when you are obligated by the 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 behalf, or but only with respect to either or both of the following operations: (2) The acts or omissions of those acting on a. Providing engineering, architectural or behalf of the Named Insured; 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 required b. Providing, or hiring independent to add the additional insured by virtue of a written professionals to provide, engineering, contract or agreement, provided the contract or architectural or surveying services in agreement is: connection with construction work you 1. Currently in effect or becomes effective during perform. the term of this policy; and This exclusion applies even if the claims against 2. Was executed prior to the "bodily injury" or any insured allege negligence or other "property damage" or "personal and wrongdoing in the supervision, hiring, advertising injury". of others by thatinsured, if the I"occurrence"ng rmonitoring wh h caused the However: "bodily injury"or"property damage",or the offense which caused the "personal and advertising a. The insurance afforded to such additional injury", involved the rendering of, or the failure to insured only applies to the extent permitted by law; and render,any professional architectural,engineering or surveying services. b. If coverage provided to the additional insured 2. Subject to Paragraph 3. below, professional is required by a contract or agreement, the services include: insurance afforded to such additional insured will not be broader than that which you are a. Preparing,approving,or failing to prepare required by the contract or agreement to or approve, maps, shop drawings, provide for such additional insured. opinions, reports, surveys, field orders, change orders, or drawings and specifications; and CL CG 20 71 09 16 Includes copyrighted material of Insurance Services Page 1 of 2 Office, Inc., with its permission b. Supervisory or inspection activities D. Other Insurance performed as part of any related For purposes of this endorsement, the following is architectural or engineering activities. added to the Section IV - Commercial General 3. Professional services do not include services Liability Conditions, 4. Other Insurance within construction means, methods, condition and supersedes any provision to the techniques, sequences and procedures contrary: employed by you or performed by or for the This insurance is excess of all other insurance construction manager, its employees or its available to an additional insured whether on a subcontractors in connection with your primary, excess, contingent or any other basis. ongoing operations. But, if required by a written contract or written C. Limits of Insurance agreement to be primary and noncontributory,this With respect to the insurance afforded to these insurance will be primary to and will not seek additional insureds,the following is added to contribution from any insurance on which the Section III -Limits Of Insurance: additional insured is a Named Insured. If coverage provided to the additional insured is No other coverage or limit in the policy applies to required by a contract or agreement, the most we loss or damage insured by this coverage. 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 CL CG 20 71 09 16 Office, Inc., with its permission COMMERCIAL AUTO CL CA FS 01 09 08 Policy Number: CPA 6013651 -24 SCHEDULE OF FORMS AND ENDORSEMENTS The following Declarations, Coverage Forms, Conditions, and Endorsements are applicable to: Commercial Auto State* Number Edition Description ALL B CA DS 03 06-2615 Business Auto Declarations ALL CL CA FS 01 09-2008 Schedule of Forms and Endorsements ALL CA 00 01 10-2013 Business Auto Coverage Form ALL CA 01 35 10-2013 Washington Changes ALL CA 20 48 10-2013 Designated Insured For Covered Autos Liability Coverage ALL CA 21 34 10-2013 Washington Underinsured Motorists Coverage ALL CA 23 45 11-2016 Public Or Livery Passenger Conveyance And On-Demand Delivery Services Exclusion ALL CA 23 92 10-2013 Washington Exclusion of Terrorism ALL CA 23 94 10-2013 Silica Or 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 the word"ALL"appears in the state column,the form applies to all states on the policy. CL CA FS 01 09 08 Page 1 of 1 COMMERCIAL AUTO CLCA01490215 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.I.Who Is An Insured of Section Coverage: II -Covered Autos Liability Coverage, caused 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: 1. This insurance does not apply to any newly ac- 3. The insurance afforded to any such additional quired or formed organization that is an "in- "insured"does not apply to any"accident"be- sured" under any other automobile policy or yond the period of time required by the written 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 II - 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- tion is included as an "insured" subject to the fol- ance afforded to the additional insured un- lowing: der this provision will be primary to, and 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 02 15 Includes copyrighted material of Insurance Services Page 1 of 5 Office, Inc., with its permission 6. Paragraph A.1.c. under Section 11 - 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 1. 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: once. 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 lease/loan payments at the increased to$5,000. time of the"loss"; 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- sion of Section 11 - Covered Autos Liability Cover- (3) Security deposits not returned by the age is amended as follows: lessor; 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 both Comprehensive and Collision Coverage, we b. Other than indicated in Paragraphs a. di- will pay up to $250 for towing and labor costs in- rectly above, coverage provided under this provision will curred each time such "auto" is disabled. How- excess over any ever, the labor must be performed at the place of other collectible insurance or coverage. 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 A.4.b. Loss of Use Ex- penses under Section III - Physical Damage Cov- O. 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 1 any person named in ter the"loss"and ending, regardless of the ex- Paragraphs resident o). through ouse- while aresident of the same house- piration date of the policy, with the lesser of hold; the following number of days: a. The number of days when the covered Except: "auto" has been repaired or replaced,or (a) Any"auto" owned by that individ- ual or by any member of his or b. 45 days. 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 02 15 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 B.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 02 15 Includes copyrighted material of Insurance Services Page 5 of 5 Office, Inc., with its permission x This page lias Veen left blank'iitentonally: :r;+? - c r "�`` z U r ..flies KENT SPEC 1 AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ...................................... 1-1 1-01 Definitions and Terms....................................................... 1-1 1-02 Bid Procedures and Conditions........................................... 1-2 1-03 Award and Execution of Contract........................................ 1-5 1-04 Scope of the Work ........................................................... 1-5 1-05 Control of Work ............................................................... 1-7 1-06 Control of Material ........................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public.................. 1-13 1-08 Prosecution and Progress .................................................. 1-16 1-09 Measurement and Payment ............................................... 1-20 1-10 Temporary Traffic Control ................................................. 1-22 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-09 Raised Pavement Markers ................................................. 8-1 8-22 Pavement Marking ........................................................... 8-2 KENT STANDARD PLANS ......................•-•-........................................ A-1 APPEND I X A AND LOCATION MAPS ................................................. A-2 TRAFFIC CONTROL PLANS ............................................................... A-3 PREVA 1 L I NG WAGE RATES............................................................... A-4 2017 Paint Line striping & RPM/Araucto April 19, 2017 Project Number: R00602 KENT SPEC 1 AL PROV 1 S I ONS 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 agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEF I N IT I ONS 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 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 2017 Paint Line Striping & RPM/Araucto 1 - 1 April 19, 2017 Project Number: R00602 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, 2017 Paint Line striping & RPM/Araucto 1 - 2 April 19, 2017 Project Number: R00602 determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 1S 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 KentWA.gov/doing-business/bids- 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 BYDELETING THE THIRD PARAGRAPHAND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not 2017 Paint Line striping & RPM/Araucto 1 - 3 April 19, 2017 Project Number: R00602 be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 O Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BYDELETING ITEM 1(a) AND REPLACING ITEM 1(a) WI TH THE FOLLOWING: 1-02.13 1 rregular Proposals a. The bidder is not prequalified when so required. 2017 Paint Line Striping & RPM/Araucto 1 - 4 April 19, 2017 Project Number: R00602 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the 2017 Paint Line Striping & RPM/Araucto 1 - 5 April 19, 2017 Project Number: R00602 proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 1S REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 2017 Paint Line Striping & RPM/Araucto 1 - 6 April 19, 2017 Project Number: R00602 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BYADD►NG THE FOLLOWING NEW SECTION: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 2017 Paint Line Striping & RPM/Araucto 1 - 7 April 19, 2017 Project Number: R00602 compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 2017 Paint Line Striping & RPM/Araucto 1 - 8 April 19, 2017 Project Number: R00602 SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2016 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 2017 Paint Line Striping & RPM/Araucto 1 - 9 April 19, 2017 Project Number: R00602 • LID 363: S 224th St Improvement — this project will close a section of Bath Ave S to thru traffic. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATER I AL SECTION 1-06.2(2) IS DELETED /N ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (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. 1-06.7(2) Schedule of Submittals 2017 Paint Line Striping & RPM/Araucto 1 - 10 April 19, 2017 Project Number: R00602 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. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. 2017 Paint Line Striping & RPM/Araucto 1 - I 1 April 19, 2017 Project Number: R00602 The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 2017 Paint Line Striping & RPM/Araucto 1 - 12 April 19, 2017 Project Number: R00602 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 2017 Paint Line Striping & RPM/Araucto 1 - 13 April 19, 2017 Project Number: R00602 1-07.13 Contractor's Responsibility for Work SECTION 1-07. 13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1- 07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the 2017 Paint Line Striping & RPM/Araucto 1 - 14 April 19, 2017 Project Number: R00602 precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site 1 nspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Brad Landis 425-201-0901 425-766-1740 (cell) 2017 Paint Line Striping & RPM/Araucto 1 - 1 5 April 19, 2017 Project Number: R00602 SECTION 1-07.1 S IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH., 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 1S DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all 2017 Paint Line Striping & RPM/Araucto 1 - 16 April 19, 2017 Project Number: R00602 pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The City anticipates issuance of Notice to Proceed on or after July 3, 2017. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. 2017 Paint Line striping & RPM/Araucto 1 - 17 April 19, 2017 Project Number: R00602 Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. 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 14-16, 2017 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2017 Paint Line Striping & RPM/Araucto 1 - 18 April 19, 2017 Project Number: R00602 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time 2017 Paint Line striping & RPM/Araucto 1 - 19 April 19, 2017 Project Number: R00602 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. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1- 09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 2017 Paint Line Striping & RPM/Araucto 1 - 20 April 19, 2017 Project Number: R00602 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 2017 Paint Line Striping & RPM/Araucto 1 - 21 April 19, 2017 Project Number: R00602 1-1 O TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.4(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.4(1) Lump Sum Bid for Project (No Unit Items) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. 2017 Paint Line Striping & RPM/Araucto 1 - 22 April 19, 2017 Project Number: R00602 D I V I S I ON 8 - M I SCELLANEOUS CONSTRUCT 1 ON 8-09 RAISED PAVEMENT MARKERS 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 2017 RPM Replacement 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 order 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. 2017 Paint Line striping & RPM/Araucto 8 - 1 April 19, 2017 Project Number: R00602 SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. 8-22 PAVEMENT MARKING THE LAST SENTENCE OF THE SECOND PARAGRAPH OF SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description Traffic letters used in word messages shall be 6-feet high with the exception of the "R" in the railroad crossing symbol which shall be as shown on the standard plans. SECTION 8-22.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.1 Description This Work also consists of furnishing, and installing traffic paint upon existing traffic curbing. SECTION 8-22.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.2 Materials Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. 2017 Paint Line Striping & RPM/Araucto 8 - 2 April 19, 2017 Project Number: R00602 8-22.3(3) Marking Application SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Line A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. 2017 Paint Line Striping & RPM/Araucto 8 - 3 April 19, 2017 Project Number: R00602 Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Curbing Painting — Existing traffic curbing shall be painted with one full coat of paint. The paint can be applied by brush or spray on all side of curbing visible to vehicular traffic. The Contractor shall install glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear feet of curbing. The beads shall conform to the requirements of Section 9-34.4. 8-22.3 Construction Requirements 8-22.3(1) Preliminary Spotting THE FIRST SENTENCE OF SECTION 8-22.3(9) IS REVISED AS FOLLOWS: The Engineer will provide necessary begin/end control points for work sections where begin/end points cannot be readily discerned per existing permanent markings and/or newly installed permanent markings. A list of intersections where newly installed permanent markings are likely to be encountered, and therefore excluded from this Contract, can be provided before work commences. THE THIRD SENTENCE IS REVISED AS FOLLOWS: Approval by the Engineer is required before marking begins unless other mutually agreed upon inspection and approval process is proposed and approved. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(2) Preparation of Roadway Surfaces Traffic curbing surfaces shall be dry, and within the proper temperature range prior to painting. SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. 2017 Paint Line Striping & RPM/Araucto 8 - 4 April 19, 2017 Project Number: R00602 THE FIRST SENTENCE OF THE FOURTH PARAGRAPH OF SECTION 8-22.3(3)E IS REVISED AS FOLLOWS: 8-22.3(3)E Installation One coat application of paint will be required to complete all paint markings installed over existing paint markings. Two applications of paint will be required to complete all paint markings installed on new surface-treated roadways or as noted in the Appendix A. Vehicle and pedestrian tracking of newly applied striping shall be removed per section 8-22.3(6), and the affected portion of marking reinstalled by the end of the next working day. THE FIRST PARAGRAPH OF SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness Marking Material Application HMA PCC BST Groove De th Paint — one coat spray 15 1 15 15 SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(4) Tolerances for Lines Length of Line: The longitudinal accumulative error within a 40-foot length of dotted line shall not exceed plus or minus 1 inch. The dotted line segment shall not be less than 2 feet. The gap spacing specified for skip/broken and dotted lines in Section 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 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Only hydroblasting equipment will be allowed for the removal of pavement markings as called for in Appendix A. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all pavement marking debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(7) Reporting For each week that Work was performed, the Contractor shall submit a report summarizing the accomplished work. The report shall be in the same format and detail as Appendix A, for each street section painted, 2017 Paint Line Striping & RPM/Araucto S - 5 April 19, 2017 Project Number: R00602 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" "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 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. SECTION 8-22.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.5 Payment "Painted Double Solid Line," per linear foot "Painted Single Solid Line," per linear foot "Painted Skip Lane Line," per linear foot "Painted Dotted Line," per linear foot "Painted TWLTL Line," per linear foot "Painted Bike Lane Line," per linear foot "Painting Traffic Curb," per linear foot 2017 Paint Line Striping & RPM/Araucto 8 - 6 April 19, 2017 Project Number: R00602 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-73M Typical RPM Lane Markings 6-74M Typical Lane Markings 2017 Paint Line Striping & RPM/Araucto A - 1 April 19, 2017 Project Number: R00602 42' 12' 30' 3' 00000000000000000000000000000000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o o VARIES4 (300'MAX.) 5' TWO WAY LEFT TURN LANE 2.5' �— 00000 00000 0000 00000 00000000000000000000 00000000000000 0000000000000 21' 4"GAP TYPE lY RPM TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' TYPE 2W OR Y RPM 1a000�000000000000000o TYPE IWORYRPM o000000000 a00000 21' TYPE lY RPM 4"GAP ly 1 TYPE2YYRPM 8888888 8 8 8 8 8 08 8 8 8 8 8--NOGAP TRAFFIC DIRECTION ��'� DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30, 12' 30' 3 3' � � 000 000 0 0 0000 00 TYPE 1W RPM TYPE 2W RPM TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' TYPE 1Y RPM 3' 9' ((0011100 3 8 8 B 88 88 88 88 00000000 00000oTYPEIWRPM 00000000 000000oo oo 00 00 oo oo °o °0 00 00 00 00 00 00 TYPE 2W RPM 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 42 12 { 88� B8 88 OOOOOL00000000 000000aoo TYPE 2WRPMTYPEIWRPM TYPE 2W RPM TYPE 1W RPM DROP LANE LINE TRAFFIC DIRECTION EDGE LINE S�oF R � NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE NOTES: t� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1. RAISED PAVEMENT MARKERS Z CITY OF KENT (RPM's)SHALL BE INSTALLED PER ENGINEERING DEPARTMENT WSDOT STANDARD SPECIFICATIONS to 38296 c�� • TYPICAL RPM LANE 8-09,9-02.1(8),9-26.2 AND 9-21 o,s� �GISTER� �w KENT IOXAL 1y�1 WASHi"u,ow MARKINGS DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED DATE — 6-73M ENGINEER APPROVED a33m $0 wo 03AOUddtl V4-VL-9 fOOZ-ZO 31tl0 03NO3HO 3NON 31V0S Sd5 N ����v NVId OLNONYIS Sj 03NOIS3a IS30 x OlOxIN4YM 96z8£ p. TZ-6 ONV Z'9Z-6'(8)T'ZO-6 SONIAM 3NVI IVOWJ. 3� '60-8 SNOLIVOIJ133dS ObVONV1S o Z 100SM 119d(131lV1SNI 38 llVHS 1N3V4"Vd3O ONIM33NION3 (y} x, (S,Wdb)SZ13)i21VW 1N3W3AVd 03SM 'T s,MIX 30 AMID c����'� :s31oN 3NIl 213RJ21V9 ���33� 9NIl 9NYl dO'dG NOI103810 MAVNl Wdd MZ 3d U gg033VdS Allvnb3 S,Wdd AZ 3d,Ugg.-x8T gg 9NIl 31IHM„8 im 80B 809 oe 213R12iV9 M0113A AT NOUD321I0 0I33Vdi 3NI1 30IM a31100 9NIl 9903 9NI1 31IHM I,8 dV9,Ib 3NIl 31IHM IIb Wd21 MZ 3d0 ❑ ly ❑ rlr ,8 ,9 3NI1?SiN3J dIIS 3NIl 3NV1 NOI1J321I0 OI33V211 NOLLAH 0 OIddVHi 3NIl M0113A„b 3NIl 31IHM„b Wd'd AZ 3dAl Wdb MZ 3dA1 o ❑ ❑ o ❑ ❑ _ I I~ I. �I� IOE iT r ,TT NOI133'dI0 0Id3VNl NOI1011WO OUdVNl 3NIl MIM 3NIl b31N39 M0113A 319f10Q NOI133bIO OIddV211 NOI13321I0 3IAM 3Nll M0113A 417 dV9„b dV9„b ° OZ ❑ WdH AAZ 3dAl Wdli MZ 3dA1 ❑ ° 3NI1 31IHM„8 . �I ,OZ NOI10321I0 3I33Vdi Noii:) iII0 3Id3V211 S3NIl Ndni J.331 AVM OMl N0I103WO 3I33V2LL 3NV1 N21I111331 AVM OMl ,S'Z S V S3I'dVA dV9 A ❑ o ❑ o ❑ o ❑ o ❑ NOIlMTO 3I33Val ,OE ,0T ,T APPEND I X A AND LOCAT I ON MAPS 2017 Paint Line Striping & RPM/Araucto A - 2 April 19, 2017 Project Number: R00602 89 I c f uNmi� I I I 9 3 E 3 Q o LL z 051 NO I I I I I I I ggs S I 8� I 0 z g I II 4 m I _ w n a« ^3 - E u I ig a � I n I 8 n ry 5 N N N N Y & 8 8 'S pp N N N N W W 9g M1 9 a N ° - Y Y Y Y Y C $ - $ a a a 3 N N N N N N - _ - _ � O f nlm _ D D m m V O i I I ul -- 9 N t, � Q e � I S I � 8� - g � I I a m I - a ! I s m a _ o i m : s (Y N E u m f iG - m m N m o Y O on w ww w ty I € 6 ' pl d S tTi as t$ ofN N N N S t�I N N N N N r N N N N N W S N N N zi N N N N 5 � N R m : 4 _ N t7 M i m tti V V a l a < N a I 9 F ... ..... III ..._._. .. .-_. 8� _ I 3 tu4 � N ae a m m ' R S I s' I I 1 i a S S S S S H N N m m S Q N S - N N N N N N , N N ', IA N fWA N N N N N N '' � N � W N '' N N N N N N i, • � 65 N f 1ST SS S I US S S T. as S N S 1 1 N N 171 S U Yl [S f S N t N N n n Zv [y W m W N N W m ry � e1a 6s m R ,, � ' '�n" . p '',� a � ''. a S a ;sa a '': s a N N I.A N N N N N N N N N N " N w cc N N m N m R R R R a ^ d I I I I � a I m I N „ Iry m m m � m m m W i I m� ry & $ ov w m� a 15 n - N ° I a' L I n _ s A c s N N R R Y Y Y s S l m N ' s H m WN W N N N f N N N N N N I N N N_X $ N W ill tll W W W I W W 11 N Vl N W N Ul N N N ix+ S l N E P. W ',.. ry ry W N ry W W n n Fr ry N K OC o S S R N N N N N ¢ 0" N N W N N N N 55 . . N N-N N N N N O N N N N N N N N N N N :N N t71 N N N is rv� n N ry ry ry n 411 W ty n n S ml ,mim mlm m m m mlm m m , m m m m m m, m m o' � m I II I 8� a I I i I I I � , g � g$ n - - — _ r I X�E $ zp ^ d a m � I I �o I , F a ..... LP p y S o pvi £ w N GG tS i vag e i 6 3 - N Vl 8 N N N g O G Z' Y O. y 4 N N N N .. N H 5 ry ry rv ; I 1 pp Ir a E zz rvrvR_ N N N N N N N N N N y N N N N i0 N N N a a a '. a a aa:aa a a ' a a a '. a a a ' ¢ laa 3 �_ ', 8 ' 8 ' '',, « ry 2 r G ^ ^ 4 N m ry ry ry ry ry o I i I I I II I ! o� a s L,IL � �a I 2 6 $ I = 3 I } V +� a is N ...., . • :.. ... i ,. l i N � yyyyyy � 'i. ag IN N�N N " v, ° F N N a _ NQQ p p o 3 N N qN VN as am m ms mZ -- cgJ {N N � m � � N � E -. � ¢ ¢ Z Z Z ¢ N � K ¢ •' N N Iil N � N N ¢ �- � � � � �- b b �3 o w I u LL � " w A I ry a N m i i r ry I Y E _ ^ I n' i , g QI � N ry R r I g g S3 � I �I f R! � a i 8g i i r � i I III I ' I t L.._._! r t.... II t 1 r A nil f r � � I I II_ '_ I I I LU NI _ .............. b ( I llgll� q�Rl A 11, 11, 14 wo _ 5� IIIr s _ all 1j RI 1 _ % % w un mlyyy4 N v N m I m oo I "� � i f w w % , I ti v!E gg I _ o! - W $ a I I I i I t i Im f j w - - a w ! I ` I 2 e N ie m a t as 8 m �@ Y ✓-!: eS a �i � Z � �.N b � Q Q�i m N N N N 3 N N N b Ol N � � m m y I N ,• N < g m � p � � 'f1 g � � i px cciy7j cu EI a a' ae n N j N N N i Z g mvi ,b, p E E E N P t E P . E; i P w •� - _ a n I QI s� I I I I r f I c i E I I m i I I i s � N g n 3 f u l l I II 7 _I g I ! I N� � I a � ,l � s � � a 'Ixl� l � �' � � i3•�•"��N � I � � Ia � ��� �I� �� � �� � � . I I I I S f g i I I i I I LAJ IL Ipsl1 NEN� < NN ujtN N A N N'. N NI S �� tf 2 `'. � <y! N N NINIAf INIAI < alA JE Agg Ala NI Y Y� ,$Q! � � Y :� I � # Y-r•<•m �.# � E ' & $ ' p PIP ' w .' WI � W �q FpI 11� 13j� �3 f- I $ R ]]]CCC_1V �' 1 - N n N ' • - N Cl W � s Iz z ! a mlNj I I i A- A1z �z !z �z 7f 5i;ffi A A A A III a N A A A A N N 5 A A A A A A ! y 3- aa ggg E a < a al •`. r m , A m Or ' m I m A i m O, W N - - n I I I � I II I I III I I II a I �I I i , I a I I � i I r la a 1 I I , a i -lip I w2 w m s I I a � I _ I I I 1 I m, r I I I I it I II 1 I I I I I Y Y = t/i IA N I O = E � �I � N I N N N S • N � S 3 � � N i N i a N- ^S �' N N N+w y 8^ WW �jaIYI I I � Y iW N N : NIN b :N N N N N NIBS ' 'Nlsly N Wry I a 1 I I H; ey i g& gE s s a Y Y a o - N y ff ffi Y Yf Y Y Y s m m 1- �' ry rvI I I I m m n I N d a D D D D :D D D A D D D -D D D D - D < > e � D i�'n > D ➢ D e D D D � D _ ➢ E a O O a N N N 0� Ul S a S w w w w-w N N N m m m fll m T m m m m m m fn A A . ... e T N T T A m T c m T N T N + S $ P '- m a1. m 3 3L, .£ _ 61 s �' g _ 3 g °' d 3 a` 3 _ m k' a .. ai w y _ .- ^' m a � - =1E � o e N H N w K - 1 _ 3 M g o 0 0s �o 3Y �X Sr m 0 o m o o d vSS 2 I •� a . I I I I � I I w ' I i I ! i I ! I 8 1 I m� I I ' x ES a I Q W .� � io 8 ^ m F I I I I 8 � o I � E ► I I I I II. ._.. ..N i � I E 0 - 171 N D (7J N N m Ii t� t7{ �` S UZ .Ti S G N JI j Q L' F �' N r, iz W 6 Y N Q S flhl w w I �w w w f w w w I tt11�� yyJJ WW w w� � rn b O m b o f f < O O i I b a n a a �._N. .m. � 1 3 . . ja m : y I 1 e I I i 3€ g I I ui N� I , � a N C Y I N F N ¢ C G N N Ip N N N I i co J U) CD CL to �I Jr i R Yi X If uj W qr- b � CL f � 1 i LO coLc) cL t' ©i cG f - � . 16161 r e �rx " w4 CatIJ c ur &mx 0- s .ter is „;.� _/� •� ,,,- a ,,,,,',�,, ..,„,',,;,rr�. ,�,� _ _ s c CL u` P 180s1 Pi S 189 5E S 181 St fS't RI 18 r t ° to fa,'1r Il R r 1xr 84 5t 184 St' f&n,St ;1y4 � � x: 1 CO fir _,...,,, "'- ..., ,,..�r .Sy Z 1 J q .._._......, SC I I� `)rfe eel 189 S 'may r i 1 ro J, ,f �1S G c7Ciier St 5'190.S6 S 19d St _ s n .�..,,.._.S 192 Sty" 16 . x 12Stl yq1� i°t y 1rd3 So c �i n a a �L tra cn r ..,.,,, � o ,... � areasl t� r S 19Q St_ �... aye ¢f rn.� 14 t gym, 18 a r 71 e Slsast s i a y �y 19ti9 F,?� LL6 r �°" amo' '� i �� I +•� .qq f 14 a o q S 204 St l .. .w. ..... rV S 204 St 21 n _t �� r �. ® vran Si 21Ci Si ...... /// 211 sI.. 211 F'u 5 212St �{ w s n 289 296 <>�J, _..� t Yt a ' ' C Y a� ' AF C ua W' w 1 . ©mow p 40,1 �. S.„. s 216 st PAGE 61 GGW� .. ._s.29���si� ®5'I Rivef0`^ $' S 21 F 2017 Paint Lire Striping Contract Location Map Faint Line Locations 'u� " KENT 0 500 1,000 123 Map Key(see Appendix A) mmmmI Feet Produced by Pavement Manager:Joseph Araucto WMXD12017 Paint Striping Mapbaok.rnxd Printers:April 2017 1 OF 19 S 16�7 sk ; �r _..... ,if w 455 86 �'"Y fl aIL P'II,k t`J tJr J an I J I N M__ / 1��f f _ a � 32 1154 s 328 arr a ur `tr� Y� a� a ° ...._.a.. .......,_ —. ... 460 411 rn, „f, p 1 �y f S 1kG 14 I'�I J tag sl ��l GO,':iera � � ._..,� S'7L1Fi.:il r �S 7 327 slsf2sr S19 % b t�4JSt� .� . 190Si � /> A59 r 'V 17 1 9 yJ St k� r ra I S0 3 5k �q _.... 326 ✓' ' �� 192 St c2 a � SI al II _.....,.. _...,. 11 14 16 d „v 7 �" S 1 n96 Sk I 196 S1 s a r v 9 f— , m . ..,S 199 PI ... ....� i 48fl 45nJ ua ..., �. .... UJI now 0 r — .. jl 4fl6 I ry 4 (f _._ .. r` 466 Qzsr00 I S 20.Sr 456) M Y � I ' 06 sir—I S 206 sib 465 _. IJ 209 K;, ABA J✓CLIJ � �.. ... .� e anus St � 3 S1 1 rY CACo r 277 ~ ' sew 322 r _w N .,r^"•"... 276 2017 Paint Line Striping Contract Location Map 100 0 �m GMMW a, Pant Lima Lcrraatraras KENT 0 500 1,000 123 Map Key(see Appendix A) Feet Roducet by Pavement Manager:Joseph A�raucte lJ%MXD\2017 Paint Striping M apt ook rnxd Printed:April 2017 2 OF 19 iSE 17f3 P? �.' �, r t ,, 1 ,, „„, ✓a^ o a � SESt � a` E l v ff — —j -1 �j I r 17S sc '! 1 ,..•„�, I y, ". 1 PY r 7{I 50 5�TB,�5�' f IB,,,St 1,0 f 3 � s 782 sclL_ m ff �° SE se �•' J!"a.f j// p SE M3 PV rfl haw 'aB c,/CU lW. r _ 7) SE 185 „_. SE 186 Stl _......... - — r_,.,., SE iaa t o ¢ 01 70 aS 5Q St ca rfl7 St u�}7 f �� _ 'fFl, ; a SF 123k1 SC ,'Ida Si 000 ._....,.. .. 1 SE,I EIJ CC l � s 51 Ca . _S ra �O S�ti sL E � L I SE 190 Si SE P1 1 ...r 1?o PI`z 0 55�1 iB '' k 4 t ""nm 190 VI ..j 1, 1 P 0'wE 1.90 P" � E r l n ,� F r:: ,,.,.;:. Lo - SE 31 4 SE 196 St � SE�19Ei 5t S 198 St A r� m�•W, �ase� +-1 ��r "�� E S Cf) d f � �17, q r 30 rn t ¢ �� aY mCD w........ .. CL .{ .... .. � _..... dot sq ] st 1 a sea?St �z 202s 9 ""�... f �Y�46� 2 P _. �'... St._...,_ ... F.2a3 ai , SE?Q4 St SiE 204 St �.w �1 ",�namF' .._.{`" bra Y. jw „». N ...;,:,'� LU °•iV a 4 �ti).0 PE 0. s ��-.,.._ Yw 1 20 1 P a' 111 Cw7 �e Gflait pX h_465 X1 ¢ arE ,x,.m f ,a SE10r"'SI .v'E'dfJa i?4..... �G E20d 'y Co /{ ....S 2p7 i l l 1rZP'6'c 208`J`t S 2 It _ ..m... (78 SC u � �l r 471 i�,. �so' 20F 9E473 fi P a- /� n� ..�...,��s,s r�mY .S".2�. k� .__.... _.,_..... .. I� � ( rSJ E 1a,.i¢ �7 �..., [a w IO$ SEz12S1 �.........,. �r ztzPi j ._.�......m.. �Ir rE2 � ., LL! SE?v'f SE S2HSPI ( 213...,_.� — Ld ..to III i J/ 1 1 d13 PI S S CI 1 IIY F SE 21'�EI � � yy rp W 9E 34 k St rtiA Ptl >7aw. 2t72 uy f '� cr �'• yr { G7 �. �f A 2 Y E, y, �.� �� .,.P: _ d i v SE71eSt K. '.>` m¢ I ¢ a JCI 'I '....�; zit7st�...., x � --�, 6 " ar SP216St�. `O zlakp� �r3..'*a"� scs'ffe�sst s� 1st�.. �� " al r PAG F w_E. r rn 4A1 h' �� N tna 5.... 2017 Paint Line Striping Contract Location Map ow„uumuu°luuumiuS Paint tine Locations KENT 0 500 1,000 12',3 Map Key(see Appendix A) Feet Produced by Pavement Manager:Joseph Araucto UWXD2017 Paint Striping Mar)bcok.mxd Printers:April 2017 3 Orr 19 taD"h PE .,f"...�r>�Il�0 P111., SE,1806i_. 551.• J 7,Pd r SE 18d SN. '2i�` • _.._ a e 17 f x r :163 FI103 P: L t . _. a3%Ps�> ._... dSt ;1 �, � 1 ..i. �...... E 0a. r � ;C tE4 So • n e 1cr �.... � �Yy, rl�w jw a r a r J cokf s / S pi ; It(/ E ., ;SE 1_88+',51... 7 .7a .�a ary.m j as r 5� S Emsi ryCl 6 Y r l f 1d9 F°u w n e e .r � I'm,� r� _ �9ePa � �,Y�lr " � 1 19 r 1. 191 PI 12 to r u> t11 / 59 tq ,r ,,.' V_ e- a� tJ° In 5E 1.e9Pa Jt n + , SE 198 St 9RSt { . II W � <�71"1°.11 V Y_ `�E. IP7S Ptl_�+ \�"'* �4t 1 gCr _._L...._v.i SE 20o S6 � amp r J 9I � t3 (7z ...._ ., w_2ryr St 1Ct1 V o vL ,,..IaYl PI �r 3�eAmmii,G 31A14t ( St 5$ y SEia �..... Sh ,7351 �w4 Yw ur r •� Mao-� �1 w' SF�narn I ° Sr xriva 50 :o�s;r� a �I �!Yr3 tY� SE ri a r, � Y in ..�. is 19 d � �5 6: ast E:C)3 far r _ 2474 SE 20$Sk. P � I '-' r rr pt --.� p it, .,.,,✓..,... .,�i., ,,,',: S7 76 203 p rw 1. ✓`& Tul a.I.n� ` 4 y. C „Y G111 i.il,u r m� l l 1.�'it7` I �I l) sc 2r a co 108 ° � �. �'�.. J ..,.:. __. . ° .... ...._ a rCF¢ rlq. P1X2�12 sE 217j11 la ..... a rr ar,s t� I A.o r 214 PI�� 1 rzr f �,wSF�,�st.,_ IT PAGE 9 C7C}VUN ;r,r P, '`t 1nz 1 C liu aC f`7 17 Paint Line Striping Contract Location Map Paint Lhw Locations ������aP° KENT 0 500 1,000 123 Map Ivey(see Appendix A) Prodoced by Pavement Manager Joseph Araaacto U:IWD2017 Paint Striping Mapbook.rnxd Printed:April 2017 4 O S 216 5C t r o m W < 1 4j S 11.d St w 51 �.t � S2G7_�fa't � � ..._..... ....._.__ ..., ...,........._.._ Os 9122:';1 I � ry .....� ....,.. _ S 21 .... 1, a L" 41 ( � L8 a 22($ry f '�' s 5 � �YY � r •ra 1 26'St r I99r �. .Ni �a G 1 f//I f✓ra �(j/(p/f 2�27 PI v f a 1 J S 1i' t .� W ,a' CL 3 „ ry � ��.. ,�17 d I w I I p ly 19 J I �� a, I�.._ 285 �_.. ... ..,,,. „ 2B4 u c/ l h i .. r , 7;1,A b,;t 1 , r �y P „ F„ ,, u (yxx (j'J sy�Y .... 5 1,5 r i...... _._ .. � a 'S _.., / .566 _.. r r r 1 " 1' t tm r �_. .. _. � �� 91 � n�� . p�.y 2hfJ s t. �Y J/} ..� � 16 S?79 Sri l ,3.... 1' �.�-. 1 1 a SC `S r2..{,f ...., t.._ J ._........� ,, itl 1 r M szaarau �' n zi...,i , n 5piF tu PI' S E tSGf r _. .,.�.,...,.. 1�r "'':,,, ,t •ar°�� ' r c....... 2» e ( ........ .. ..._ % L� `j` a LAti 51 , ,..a�f YY o Y zarrJ .�oSaY YJ 302 d E r ¢ i ! 1 _ 5 F r 2a 9 St R b$4Pi si l .. � ..,. �� ff ,ii 6P 2St •.,, S L P 52 �2 ... �. !, 253 PI ,... "� .r. ... _._ n. w �u S `"• _� t ,� b�� �F aid � t",� � P" 4. �� a P�,�,G 11 [ GiDOWNz"rs a,'� �7n 2017 Paint Line ;striping Contract Location Map �� IWIM Paint Line Location �"""''aw'�'°"'a KEN*T p 500 1,000 123 Map Key(see Appendix A) s -- -I Feet PfOdUcod by Pavement Manager:Josq)h Araucto WNIk' 2017 Paint Striping Maplrr,ok.ntxd PrinteI April 2017 5 OF 19 PAGE 1 UP 1 ry r 2 a r r m 4i5 ' 'rJj "" ( [S,2�6,Sw _. 2'tl Ei a4 r� S�'9 7 at d � m � M I � 1 x, -r { t ff7 +Y d P 1 V 1 d� "S 219SI ^r:,4303 �- S r 26 St f . { it tl'1 MHXWflIi IX 4 � �1,. � 22 I � 1 { 1 Y 21�5 � rr _B4 c ltts'C7t w D � .t" R f 30 Vet S 231 St IL ..... ... _.. 1 + h r J A I �yg ii,v x 4 Y m uS,2 .30aml ti i "r' f �� r _ Y S 30E 101 �4y a✓» fPl � tr a �� LIM S. err '•�„ ,m� .am P�+mw°° �� 'i �£a�d_ A", , c''U s, m 7 ,� ..._....._..,."'"".^— -.. f ;,` anN r'r'' �...... w .... ✓'d M1 i�P a aX "try" +6t A e l G ata4i .� 257 t�s 1 ( 551 jY 9 r » _. , 1 f �� ..__. _ � t �9 p� 4 1V�+ �w n ,... r `� � ..—,."'"., r to y°7/ T, � �� O83 1� 7171 1 � " lffi("A 4 +.,, IJ f 'CIS ..._...... .._ .......r...._� y ca � 'M ti mh N 206 i 207 590 rid Iry .,. ._ r Y. S 2,18"yY t� � S 1'4 h Sti585 S 71e9 8 A 302 589 5Ei3 n ~k J' ,vSt f 30 t� 341 1 _ an II�- 5B4 sr 4 S:d9� PPP PAGE 92 DC111 N C � i r l 34fl 017 Paint Line Striping Contract Location Map Omi pp�. Faint Lana Locartions "OPI KlEHT 0 . 00 1,000 123 heap Key(see Appendix A) Feet Produced by Pavement Manager;Joseph Araucto UANIXIDM17!Paint Striping WVVapbook inxd Printed:April 2017 6 OF 19 p alasa 277 P' w f ._.__S 2 as . s,.. ,.._ ..M.. $_2bG 5t ........ I�i.SG...� a� .S 217�St..._ `"„.,,,,,. a tea... 5rs16 St r �> .�I 21 S218Sit r� 7� S 1a5r 5219 ^ 1 tin 322 1 58 K_ S 222 St 1�� 1 .. I a i 57 � 56 S 2 ra 6rc �� l�_ r as ', zio �r�f2 wa r I ' ©J S226 PI 1 ..,,.,. .. "7l.nd " i SJr,t= 7 S 228 StCo . 266 � 8 , J Aw 264 l I m G✓i f T r� ' �',232� �. G W ak�n �� c f r y, 53 �" as , r 265 �, ca m 1 ... P� ✓ 152 r �r A tea" 'uvt ew SI ,._. i;rri 5 23! � r J g Ck j � v ISt as arI d� % G /,fvI � f .{ rq) �� ...,, " i 444 1 94 r.F] 'V'h�J / 1 CT a�7 ka Y 5 0 /�/ lfi� rl'tla t !m_.� xv . 257 r` r. .. i�44C1 n r a�' 442 i 150 a a'a c �� �� 1 James St r�'a art a. u ........ i392 �„ �I S' f 149 � rrw C. YIaY t x t � r J� f t rJ,w �J fr��l ? a 148 1� 6 J R9,1�4 a•' "�J' �m t ...r�� xr �Y6 d �i c 1 a a423 r n �, �. aR 448 4117a!/Slrlrlh ar rt I 421 446 zaa �t v cu dJ 6 iru yp 14 thR Harr�snrr 5� ,„, 390 430 a°v 1Q6 � 422 445 447 I! 366 L / w� ek 2C76 2(37 `��r. .......-(..4119 .6w1eeker S1 164 cm ru 414 � o 365 406 r yr c, F,r 372 946 431 f 404 4177 3E12 371 36�1 �+� "•. 6ui„ f , 376 49a > a 4C13 387 363 433 rr V h mur St 434 .. 2 1 '� a ,rSrc jar 3E31 n .r393J A2 a �',.... 1$WI 60 4�1 ,,a 'i'� .. a) "r"J Wv. ...4 ° 4 m,St Q77 16 C 379 t d ..,..:.. „a F�. 2 E19G rj IdP to ,It ..,. wa,_ ( a �9 375 p� ` �k�� _56Q 1^� yye�-t� .y q �ry^y�ryy,,ll NNl .,.1 • �� k ry PAGE 13,IJ�.J' Ntl�Yo �' 14Q 1 < 2017 Faint Line tripincg Contract Location Map Paht Line Locations '° KENT 0 500 1,000 123 Map Key(see Appendux A) ,7=Feet T �y C .l t1 Produced by Pavernmil Manager:Joseph Arauctn U Ma M2017 Pain Sthping tvMaapbook.m d Printer!:April 2017 7 '4.A'6 1 7 � � 7 a ;air 7 r< c219sr 2 .. Co � 27 r sratx r u 1q3 5E. r n re �a t x JI1 M tVCN 26 �x,_,. sE rlr3.';M_,.. .__... w �107 77%t �r yy p 130106 Ear� a '' 2e0 r � �ltE PI _...,�... m 'V29 a' ,-=+oa \ s "'.rYr�r r zt��I i r�4 15f1 � era P1,.., a — 22, 128 �_ .. j... c�5 g... �, �...,,�r 51.. 0 i. � 'w" 2asl a �� aazaza� tirzaas �� e ' v zt"t�r 157 a V 127 ✓ �r C� da.......� _ _I 1q r;r 4a$4 156 1 �e a `d� ,.__" SE< q9 ,2 r r?; " 126 i 39 t ... a a 1q4 155 125 �� co .��... 7,6 rl c.�. _ r 124 � , P.... } . "o, ; r V s, 4: S223S.� n �p! .°:a m., c.123 : 4 a L s� az tat zda 1D3 ',,. zzart r , r, 122 36 154 1q2 SE zcl c 2 N z ��. �K� � 2 3 u ur 121 r � 31 p.._J 101 32 sSE 232 St 4165 �12C1 r I f � J f� C to➢� iqq i 111111 3 r 5 �2�' o �r : J lr ti 23h7t "- '�D' a,f 26a�t 'ICJ G� trr r rr,r III 1 �r� ry �C 17" t ,,v� �,. �Po 98 ES a,§ Pi 1 z2 s St 3C t'.Ho 97 [L� ,.. , 5 -0 Co 119 SE 1J5 tr,rs ..... r .a Lu , ra,r ti z� s�WF� ....�� � ..L r �..." �;_.iv 1 �... .aar ,t 50 rt N 151 96 237 a'i ✓ 48 150 O zsv I lr}P 118 .E, ,f, a SC4q 5t 95 I S240SC 145 149 C rAt rr:3r "� ..z;ua148 , s";rez.,rr.. � �a _4951 d x 44694 r 144 1 rx _ r a✓ t � "w co „µ s 147 ea�i 143 132 rm Co F S n :rr l d4,1 �o � ""» � •�� � �Y " "`.. ..5E 2tF, a ... n 1 t 3t 1 ,....... ^�.2445, 447 1A2 ���, � � � r�_ Q 138 Po "' � ra St 41 146 �a"11,r r 13 `" 93 IT •w. t �' fitrrrriry � '4 r'��", �l�it.,. '�1 ern �. .a,i7r=r 141 1 a a r C�W c7 r J ?4 axt f 6 01) ._ � o E .:<., ra 9 z 515 a ua �B r' G i4lt I1. 5'E 250 SY y� .�ti� ,.,.�. � r 9 cs4 23 .. r .. i jC SE 2541 j„ 1 252 St, ,.. .r .... M,,,,m k.56q ra, w aP a,6 P4CaE 14 ©CDWN .' V s �1 .32 r vl �' 20117 (Paint Line Striping Contract location Map WMMW Ptairtt Lime Locations © 500 1,000 123 Map Key(see Appendix A) Feet Produced by Paaverneaat Manager;Joseph Arancto WMM2017'Paint Striping MaptacryR.rraxd Prinlect April 2017 8 OF 19 &E2a ist g, 201 ` 108 SE pit Si _ Sr Se 2 6 St +� 1 "E2➢A°,t why 17 St k.d175r rr 11J 107 LU E 24 r .... _, r 200 v �k r i SEd1/6I _ r'Xnt 9 .... .._ F9 fN �...,. 10�S � 1 � � ' {A y t ' ✓ 5E 715 PA ...-•a 0 SE 220 PA ( ., ,k ..I- i I" �. 1P� C� 'r 7 ... o SE 27,2 �r r 105I ',,, 10'0 � 2P� F all€t a �^ 1afX ? ! ff x 1. .� V SE 223 Pi Plr r SE 224�C ..,a•rJE 224 Sit �u w t Sf c a � " 104 z,E ....� al x, l s n, E*`rt ua / r 1¢t1 19 C Cr m�a i � u I 1 104 E 227 Ps Irv=r� ° a 103 SE [ (¢ e 227 PI„ �. e22 Pu ..car t 102 , a t "! r r r � i97 _..� . , I St 101ia.-1...._. as '�1�9 100' Z3tb5i„� r 231 Fy �k J,,'9?.... �..t� s P' fi ewe � �. h_ f,1 100 -, 1t t"r+1 n/, 1 105 . SE 234 l �.k,r r to G..SP 89 4E 23�z'St 2 N- 0 2o,F, �+ „ 8a1..I m tin '''• 234 PI Y c -: FYI%1 V r Lr ° a� �i Rl �..., rn ds. = 1anw 103 ^ 4 ry '� s 7 a 493 ,. 3F d3 °3E (r"�,h.. t N .�,E 235 Stl ry. CJ �.,,... sEzsrs� 102 96C7 t , 1 ,.. d kJ�.. Pi IT1SE 23r� 50 �/� PP1 YC..... 0 �h � r t W � r SE� �L1 1�1 t:tP Pl .C *1 i� ^ ( 7.P/I V ~IP(;1 Cr . "� 10 d u a 1II P �.' ry � Irk a •� t(y ` .✓ ll 41N X➢11 " it � °,. j x PI m1 Y rn 1 V LO ;51 alttrl 497 �". sw.�u �� 5E 240 3d v a35t t„w m. ,... 10 d1 138 �..., r `� � ' '•`".,~�._ ( t III 93 w 01 ,7r� J ...�5"'� 246 �J SE 240-St � cdr ua Y= 490 .1"— ` i w "E 747 �. F.248 ,;, Pf 2 118V, �C'PSCrz Li _w. uj r ¢ .M na c:r 14 � °..,.1 Nk s 1 I z I PAGE 15 C OWN �,1 pp V 2w1s! cep 4 I _�2E3s11 017 Faint Line Striping Contract Location Maps Paa nt Line Locations w ua" KENT a 500 1,000 123 Map Key(see Appendix A) Feet Produced by Pavement.Manager:Joseplh Araucto LIAMM2017 Paint Striping Mapbook,rnxd Prinle&April 2017 9 OF 19 w K9 W. w Ir 1 J „ .� ..5 '26 St zza ri? �f tl f r w 1 SE 2,✓St ZN a rzr�i>i w, w w. 7 d `\ IAP rt l _ s ear Su I yb r233 •, +M14 h tsM 79b y wme t.,a s:,� F r�sd � M s� �..n Lilrr,r Ewa ur, f Ln Lo v r 197, 5E�2 'o sl J, w �. r J sr. .., .. �� n ¢, �I F l ✓Mr4� i �M�w'li"#�WM'�w'�i'� vo 246"S� d w o 2L7 1 f" 1T4 f pry ,� s 1AS `( f r LLJ A � 2 v w u � r E zs PAGE 16 [)OWh 252V P 2017 Paint Lavine Striping Contract Location flap Paint l.cnp Ltana6iana "�" KENT 0 500 1,000 123 flap Key(see Appendix A) mmmmm==Feet Prosluorrtl Uy Pavement Managor,loseplb Araucto WMM2017 Paint Striping Maphook.mxd Printed:AprA 20117 10 OF 19 254 St PAGE 5 UP .2��� IO2 a l� rc.,t pi �!fv 11 y .... �iF ......, ...wo-' ll J 58 'S PI >r atr S P50,St S 2AS St ,'9 156 St � j.__. .__._....._._.. Q/ 'aU L Pf N � � 75C WI ( _ i m an 25© %,�, �Ey !51 �!......i.... pP�.57�" 1 p�f `�s zeca L `�` Q, .._ S 260 St 'r it �� 4 5161 S4 �q CD W�6!c7 PI .. f 42a1 PL.-„y am .. . S 2�*"` _ .y .,....,_ ,. .. . t S II j S 264 n1 1%i J S N 5 p o onccs a� J T m fl y 587 .,S 2riC7 1 t.' ro ��l W S 2 vm�{+ " t ," ... .......... ... ._ �� n G8 h cu S�GHi fJ/rrJ: '._ !J V xd 0 St f � ;, ✓r� r 586 p �� � I �i S S 22 51 U'S r r i R r y 0 pt CVi ti w a7r S�_ .�..- 9 5t.ar Lake , „ S 217 Pt - yfp� ry eA t S a � y n II rn ¢ t (s tar,o y / r zit su imm a�-9r �t.282 sa ,r Ut �f . j, s 2s2 s ✓r,. ,.� ,. ... 1 — ✓ �. S d84 PI I r, S 28.1 SE2811 • S2&5 P8 ..... �� �.. ...... ....._. `fit _._._ t t, [�'s.,rnr" 2 B r �t a t � wr �� w m a St 1 ._,. � �.," 5 78ES PB tc U�� � e„. k a „-- .1J,K�d 'S�89 P� 189.rv. . 1 pp Y L S 259:t ,. n Y ct PX 1 h ut rw �`9 J J I vp n1 � � � s a�z t ...� ��s�go_�1 L1st 2017 Paint Lire Striping Contract Location Map GMUS Paint Line Locations °"ww '0i7r �ET 0 500 1,000 123 Map Key(see Appendix A) mmmm=z=Feet Produced by Pavement Manager.Joseph Araucto lr WD12017 Paint Striping Mapbook.imd Prinled.April 2017 1.1 OF 19 _ ,. `271 341 3D2 a a' 389 w/ r 38 ,cr 579 ' �. �4f fr ,a ,v Ef o rya V � � r ro`` �j gg 40 1 C 84 V (lw$G U ' 444 0 nr mot'" w. 1 yyII S 261 St �.✓fJ„/ jJ,� L. 7,., r ti__. �gvmwrw ii f R ry pp1 �)�, 1.. HsIDr 7r r dp , r *Co 167 Co kM {u 1 e _ „1 594 �. s xn su 339 r � 1 El ✓�%��a4 afl �A!Y. ]]] dyu�iiyy r I� "' a; rr m ..._ I _s 73 VI a " t U) t �s_a�•aPi . . UJ r �a ,. I Pa,r 16',Vs a I . tort 1_ ti i Z61 S 277 S'C ij 279 5tyy,, ...s.___" ;2.282 S; 4t f �1 I1 s.¢r?„ Pu ra517i n sat?:, t 1f 1 , jq w is r S a11M, u, 1 "� r" ., S 2fbT St a kj [' 89 PI 4 d9P SE V w "5 S 2N n 5 zssit r"� r a'��h 2'3p faE1J'i_u a f 4 yr _ .. _.... ... ..._ 20 7 Paint Line tripping o►ntract Location Map ��m% Faint Line Locations "^^���� ��' KEN.T 0 500 1,000 123 Map Key(see Appendix A) Feet Reduced by Pavement Manager'Joseph Araucto t:Q=2017 Paint Striping Mapbook.nud Printed:April 2017 12 OF 19 f� PAGEx 7 U P� - � , 6 h ES �V�7 � a Cal SI �s l J b 2R, q Fa 375a'}r l ..... d 9 u .....� daa l ✓' i �' f , ' J i %r369 „ ih L jj "ca Pr n+fir ov SL5 S11111... a l c °m m S 261 Si f /�a 4,�rar s 262 St is ry Jf �� CfT )t 368 f�. . .. 367 167 „S 266 Sl59 V 339 ur 1 r 5 Ij IL f �.. Rl LU 8 � 5277 St S 277 St � q 1 4 !"�...... _. U 1 r 1 CS rf 1, r .. ,... ............... ... V3 ppppp 9 W Jf �I b rl .,M.,... m.... st B PI YN w ............�.., i 40 St NE (f y 2017 Paint Line Striping Contract Location Map ,., Paint Line:LnsJeliurrs KENT n 500 1,000 123 Map Key(see Appen6x A) ®Peet Produced by Pavement.Manager'.Joseph ATaucto U:4M M209.%Paint S1ripim Mapt'ook rnxd Printed:April 2017 13 OF..." 19 252 si 2!,2 Sr PAGE 8 UP, 1 0,11 E Z'��P( 560 E lt, I �k St ZT F „ear ti41, Pu S N 155 P, My E 56 t Irl Ntq'lk'St "J 88 M� 7 13p, Vq) > 7. 1 I ...... SE 2iii6 t 0 547 87 ff' 548 E 6 91 s 2a PI CPS C1 off557 to S4 R 6 U, rz. r tr) ut P, SE 29 SI w St 2 st 553 2W)Sr it 269"4Sl "A' 549 2 S-E'271)"PI 7rj, IF ✓ kn ur) Lr) 5 'S E I st m '272,Fa 4Ei272 St 'N E ui 2734, m 01 n 0 bF Co v 550 -----S-2-R S vt ......... ... 7 S�277�Sr Z' � �:-11 'L 277 M SE 27�S 522 22 SE'2'SI ............. SE-2-82.Ar" J� S284 E st "'," 'u 1�'St 26 87,91 <I 40 St NE f 2 8 SE 29� S�� 2 w PI la P) 2017 Paint Line Striping Contract Location Map PFrunl Linp Localinns. �00'0'0 KENT 0 500 1,000 123 Map Key(see Appendix A) mmmmc==Feet Produced by PErvernerq Monagew Joseph Araucto UMM2017 Pain(Striping Mapbook Inxd Printed April 2017 14 OF 19 1 i 0 � 52 C'I � SE 51 f � SC i�.ltl�l:o i5451 Ct a,n�iil �H Ar .*.1 !dd d:.. ...R�,I ;; o 7 V4 ", r l W �r1 ;.,oai a .._. 5r 11M `" E 256fj r 1 �1 C2a7fr tldxl 0 hk'Irva � ...... j `iL1_^;r;1, 2�[ ,,. ✓' �'�u✓4. ., n 513 t V L lad x 4 .... 88 .. 18 r , f h � �'b d'in a l511 n c�" 335 \ srt d 510 u_ �a 5 �., E dPxP I r y E 547 7) ,iW, q f .. ... .as Pa r • SE 264 d r � a 83 Y x� YY , �B, 5C}3 s y A M �Y 1 .e.264 S1 tl,;� �-'—a 5©7 ¢E 264 132 508 f n+a ..r„7Ga r'Y 6 rv� kk a ' 1 1 p E. rda:0 11 Ian 2r6 ^w,.. ,.� e•.,� J3rJ vi n N a 2(ili4 f � \ w h { 1 c r 1 515 ~x ., tY 26 '. 6 R� ,.;,.... . _... . W..rrtlui n 151 rn..! �j � a I, _r .32 ,I f 5c n✓W a1` Sr 7 s stl �.... ,?., tir15 sn � c cv :`, AsE"u Yi y,2 v [zrvPi r1 �Y. 33 w rn C] a ��...'.' 9 Pi 7a:3 s 18l) 1 r Y E 7d tl ry ran m .!/5 ti ra C9E SDI ZZ SE E27s : °+ y S ?76 5t 517 r 6� a 5f 17ia aaY, •K ; �_277 17$ 4 k :a jd IL .522 ;Sk'17:7 F M1 SC 277 PI �N._.,.. •"�,.� �f }. " Y 1 6a In rA 518 e I 1T7 1 ryry ` �,.. I. d .••,, 51� 175 rd 2i31 S! , 520 �� s P 2'1;"$8 I � ua tl-ur �� „ 1 t.x r, V. 5t=28�srt. crn M. SE 282 St _ .._ M4"It SE 288 r C 6E 286rPI 74 w 'lf 4n _,,;`�F' 1 1sE 2.rl �.._, 8 St U Yc„4T1 17 , lOPP x TM ffiQ F�141GE IT iJVYNIV .. _..,._'r IUD.,.. C 290 F'0 .....,.,. 2017 Paint Line .Stripping Contract Location Maps � nrm QWMM Paint Uno M pacYlf ons " 'off K,ENT 0 Soo 1,000 123 Map Key(see Appendix A) imow==Feet PrcrdUced by Pavement Manager:Joseph Ararrclp W1')MXM2017 Paint Wiping Map@xrerh.rnxd Printed:April'2017 15 OF 19 IPAGE 10U d ( -,,,SE 2�2 S 25Y PI a a .:,,,._ q as.tsif ..,.,,I 504 11 f E 253 Pill �,,a PI254 S! CI4 ,.,. s, �V.,757 t 2 y f E 1, n L ` m .,. w YlltN � 17F'I kFz s a ss`.S 523 a a SF2�i CI Q 9 SE 260 St • ..�.,_. L" ass Fi r v� ¢ ca—'-..r SE 260 St i i1 St 1� SE S24 G v _to 262 a •- .. tl11 .�. N ^w......> mab rypy q` S<� } } x scz5sst r �Ez m '"k, �sezrav - S�2sast d cn m ea s°.... �.; ... ......_,....,. SE_264 S �!... 525 mr2a,�'s SE mp p "=p f F2,3t Sr 268 St ., Wet nIS St ham' E ., M r yy 121 Y SY Y°tt SE 7ALh ItE 'fY4Y A4, ry �"_,w. t,,p ?7 LO to -' 336 596 339 CNIenkKarrglyRd .St.. na sr �E ;Fzzs d �a „to t1 �Ls,..- a 53A �r �� f `....._ 273 sE r F '� Y 2Id Sr 1 d/Y } s Ira sr 17t Foi 'ham SF`dla 44 ., tSti E w I h ^",, ,r C, 2la Lr ) y fig( " r uWi y}\ Yv✓' F.d` ow d rA�' ✓ PE. i SE 27�PI aas P! 535 zr �� y s 27�P! saa�ni 528 � taw rE 275 IM yj\ Sa f+ Ya 53 536 ,y_.:d.4 ..... _ _ f.._ °v ` ,}.__ 530 4eaa a 40., 278 1"i SE 278 St -xta ro W d sr"I Pi k _ rJ �t ..r Ile U.] SE 280 Srt _ ) S .a U.] r 2.80 PI a' Drips cry du `W 26r 5C „ � 537 w 531 r sF zgar w 538 sFahs.Po 2a2 St _.SE SE 28 SE62 Pam. 3,P ,« w {. 530 LJ 2F zrs wr 1✓ ,. gyp f < t�4 s, M J n 540 r w, g n� 2 r�ma-y �"�y aL':j "� SE 28756 •, �«^ «• «�a" •^ 541 st s, >fo 017 Paint Line Striping ontract location Map 000 GOMM Faint.Line Locations "s"'""'^ r KlENT 0 500 1,000 123 Map Key(see Appendix A) Feet Prcdoced by Pavement Manager:Joseph Araucto (J AMXD12D17 Paint Striping Mapbook.mxd', Printed:April 2017 16 OF 19 UPI I s IrA ud 515 mm k a „r 545 d ;� „_.... 549 u .... A "s �7 1$ I 61. B2 1 �17 4 L*72 5t zo 516 _ �u rw zil 336 �n tSE �� r ur .....f.,�r.. _� S zrrr ;J qV t84 ��t off.. "— v.„„ rXY Matt Ga p „ .., ... SE r y...... r 4E 274 SSt... a r4 Sri ., a� x � _ u r, n 55tD 1 SE z7„SE 517 79 SSE 2I7...�f 77 av Srill`F'. ,.`,,, 2,dP 4�i P 4 C-� fi 3..... Sf !/I H e r ' o tra' ,. p, v'/ s1.a ry"�a„✓' r a,rrf' 178 i r 522 sc-aaa Pa 7 Pr 515 11 r ' y �',� ��,.., era r 175 eana�� r e. k5y r I I _ �.... rurr, S1�J F �sst( E E ri 17S _ �i "» r 6c 520 i� 2F31Um ria � c 5E.t,k:?sr u s�:Jd9 S St _. r ej4 » 2H6PO 17 lal n yry SE.7c➢d gr �'CIl I �r � v' lA! y./ w ,r i 77 ow.ao-on r r E 288 St SF LytY Sir SE a a a 4=o .m._--- IN / A � � z »1 d �S 1 �a r t _s ;. 1 T �zasar t �I +vu s'�i ...,,......w...�........, ._.,, Nm �r 2org w II f < rr 4 2 9F1 Lu 5WY1 ffII e'•.,.r. G')J q�t r E301t y p..._.. ,,,..... f 301 PA=�_ .tE.Sf J"y Y li ...... .... ..._ a g r 1SP 304 SE,<, ,;... ,z �✓ � � i 17 Paint Line Striping Contract Location Map " Plaint Lane LcCr ijicans ° r� KENT 0 500 1,040 123 Map Key(see Appendix A) ■■■■���Feet BRIDGES - 17 OF 19 Produced byPavvmenl Manager:Joseph+"mocto UatvE M2017 Pain(Striping Matibook.nud Printed:April2017 M µ, �f n h I a a n" .,e aeon si , SE KENT-KANGLEY, (� W( 1 f�" r t � � 0 t � , SE 276 St �l01 I n a Maple Valley! J-J } la 4w 2017 Paint Line Stripling Contract Location Maps GMWM Paint Une Locations aw n rKENT 0 Soo 1,000 123 Map Key(see Appendix A) Feed RK SPRINGS - 18 OF 19 Produced yPavertxe"nt Manager:Joseph Araucto UaM M2017Paint Striping Napboakmxd Printed April2017 r J > 264 > �t MJowak _,w. S_234 St _� f� ' Cs � — ,N"" sr J CO�.... j /Fan cm Pi S 235„IMP n �IEe St r . riN 1 .... "a'2"3G WI � � / � '3 P Pv1artun SL �� eu eU Gar /�' e 444 cn s2 �o�o u7 267 U Cdeu3 S1 r. fa 51d9 a0 � J yip 5�arra� 0"°' C `C. S 239 Pi rn ,, c r Yr 442 '2 i a r _ l w fCnr,t saa SE 392 cfe 1. -ra 1 {i it St W Sim r. �a �... — ra ✓ ,.1arntl v Lry It r........_,�..,. ?1 I�, 1c�fB1S�y '7 ^a Pin?r ',x St `L, f�J, r - �f Z � l; J`a roiGy V _... .. 29 hAv«rvllhann o e Pc,G,a Na tlt Sf 1 1 II( a ... C f U > 2 i rlltl 'f � 1711�f @ rt P Smith St i �,.,�.,,, r��, 430 ,,.,.421 ., r,' f; 208 Q r .y 1 ,: r r,,,�;.," , � r &.Smith St. _u C z z 390 2 Nard r r 41 1 ,m ' cv 431 ry r� U11 Mker St 2�7 I l 4a9 410 VV Meekr. �� 366 I , � ��J11 f-i�rclSc�e1 S st �� j « t =37s r 422 123 ,tea ...384 r, r: 1 _.. ppI J A' 0 fa 365 432 I4 i a, �l 4C16 w Sl 3369, .,364 -433 Gc St„" f 1 , 474 c7 312 372 33 I n T 424 Ke'` ;ccamAi St ,. 420 W TrttuSkSt 41c 371 417_ �' 434 Wsa w 1 kw,. j: 378 391 J tl 363 ( E 6?fan 'h y 91ilu _..,..,.463 rri 0 367 rn c Y "X L1et9v151 1 ti fY „rr, TM1,i rr,,,,, f SJ`/1 �615 . � a r ar crJ U) .m r r. err � 401.... m ° �. � .....,._ ...,_. NI WIIIIIIS`at �.' 31'� 3B6 385 , elo eese S qy d If v� 377 �CV/c 395 V- ua isseg StCrow St. _ nrpel P � a � _ > r —KY < ' u' p Q„YoiW,ra�a�M 51 tA7 It.rrtrn 3n St � � rcr � �Mertr�n St . y� ( � _._. a�i E tied u _._.....m ✓ War G'7wi;agric':. I. � Dark rM F Fil qry ...... K.J p�,,.- C;tuttlr P9 1IJ 37a 369 I IY v Co 21 «fir e, 368 S 25 St s9r .a� 2017 Faint Line Striping Contract (Location Map Paint Line Locations "��"'"�°�'�' m�KE N T Q 5,00 1,000 123 Map Kay(see Appendix A) Feet Produced by Pavement.Manager:Joseph Araueto WIVIM2017 Paint StOping Mapbook.ntxtl Printed:April 2017 DOWNTOWN 19 O 19 UO � a a 1 19, MIS i yy f / ^u�mmmuou�ul!�rr,�/iI lv+lINSz� pv AN h/ aa #6W:. 65f , 4< pia m IY1 `7� ��� 4� r / i � 1 � 11 all d �� r .,, l� a uai ya,� "' v ' an .0 PH y ,. 1?�` .........�.n .:N PH - ar„ ........... '..n aGrr 4 tl" l'^! /a w _.. »f�mawm�aroiim�,� ukpi6�o"/m,iaN °,i 2�om>�i�v�nri�e „np ' I yl ' �. Q- rj �x g , � t I FL h�7Cf I�aO�oY//n/OinvLNl/UnmUlr�YmOu�royillao�Pla(Y�i/i�pp�/� r a � a r ,Poo. T i M�ovtr ammmmoNnv6nj)/rrrd 7 , MEN mv �rI I r p z "1 ry u j � F MERU MORINO to W $ I I ik H TRAF'F' 1C CONTROL PLANS 2017 Paint Line Striping & RPM/Araucto A - 3 April 19, 2017 Project Number: R00602 LEGEND SIGN LOCATION (TEMPORARY MOUNT) WORK VEHICLE TEMPORARY TRAFFIC CONTROL DEVICE (CONES) ARROW BOARD DISTANCE (FLASHING CAUTION) ROAD TYPE -BETWEEN SIGNS A B URBAN 200 FT 200 FT PROTECTIVE/SHADOW 25/30 MPH j VEHICLE URBAN STREETS RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT PORTABLE CHANGEABLE 35/40 MPH MESSAGE SIGN RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH MINIMUM TAPER LENGTH =L (FEET) .. PROTECTIVE/SHADOEW LANE WIDTH POSTED SPEED (MPH) (FT) 25 130 35 40 45 V HICLE 10 1051150 205 270 450 1100" 0 11 115i165 225 295 495 12 1251118O 245 320 5401 ARROW BOARD (FLASHING CAURON) GENERAL NOTES: 1, ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS, 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE, S 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. CHANNELIZATION 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 ETANGENT 10 10 2017 PAINT PROJECT CITY OF KENT SCALE IvryEXHierr ENGINEERING DEPARTMENT DATE ... MOBILE CHANNELIZATION DEVICE LEGEND SPACING (FEET) SIGN LOCATION TAPER TANGENT (TEMPORARY MOUNT) 1(} 10 TEMPORARY TRAFFIC - DISTANCE CONTROL DEVICE (CONES,) ROAD TYPE BETWEEN SIGNS A B 11-1 ARROW BOARD URBAN (FLASHING CAUTION) 25/30 MPH 200 FT 200 FT ®� URBAN STREETS RESIDENTIAL & _ PROTECTIVE/WORK BUSINESS DISTRICTS 350 FT 350 FT VEHICLE 35/40 MPH RURAL ROADS & PORTABLE CHANGEABLE URBAN ARTERIALS 500 FT 500 FT MESSAGE SIGN 45/55 MPH d MINIMUM TAPER LENGTH =L (FEET) LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 135 40 45 10 105 150 205 270 450 WORK VEHICLE 11 I115 165 225 295 495 �/ 12 125 180 245 320 5401 f ARROW BOARD Tw (FLASHING CAUTION) GENERAL NOTES: A 1. ALL SIGNS AND SPACING SHALL CONFORM LANE TO THE MUTCD AND CITY OF KENT sz CLOSED SPECIFICATIONS. AHEAD 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED I ROAD AT ALL TIMES. WORK 3. PROTECTIVE VEHICLE RECOMMENDED-MAY BE AHEAD A WORK VEHIICLE. 4. DEVICES (IF NEEDED) SHALL NOT ENCROACH W20-1 INTO ADJACENT LANES. 5. ALL SIGNS 48"xW BLACK ON ORANAGE 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 DRIVIINAYS, 8. ALERT AFFECTED RESIDENTS AND SCHOOLS 7 CALENDAR DAYS PRIOR TO START OF PROJECT. II 00 I 2017 PAINT PROJECT E14 T CITY OF KENT SCALE " EXHIBIT ENGINEERING DEPARTMENT DATE uOUt0r6flV9C I PREVA I L I NG WAGE RATES 2017 Paint Line Striping & RPM/Araucto A - 4 April 19, 2017 Project Number: R00602 rays J. vi t 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: 05/09/2017 Count Trade Job Classification Wage Holida Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1 H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $54.32 5A 1M King Building Service Employees Janitor $22.84 5S 2F King Building Service Employees Traveling Waxer/Shampooer $23.29 5S 2F King Building Service Employees Window Cleaner (Non- $24.54 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers (In Shop} Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers Et Tenders Diver $108.77 5D 4C 8A King Divers Et Tenders Diver On Standby $66.05 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $55.76 5A 4C Tender King Dred e 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 httc)s://fortress.wa.aov/Ini/waaelookur)/DrvWaaelookui).aSDX 4/19/2017 King Dredge Workers Leverman, Hydraulic $58.671 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1H King Drywall Tapers Journey Level $55.66 5P 1E King Electrical Fixture Maintenance Journey Level $27.99 5L 1E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $71.85 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction 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 King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $38.36 7A 31 King Glaziers Journey Level $59.31 7L 1 y King Heat Et Frost Insulators And Journeyman $65.68 5.1 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1E King Hod Carriers Et Mason Tenders Journey Level $46.66 7A 31 King Industrial Power Vacuum Journey Level $11.00 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1 K King Inland Boatmen Cook $56.18 5B 1 K httns://fortress.wa.aov/Ini/waaelookun/nrvWaaeIookun.asnx 4/19/2017 ray"- -1 Ui 1 i King Inland Boatmen Deckhand $56.18 5B 1 K King Inland Boatmen Deckhand Engineer $57.26 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1 K King Inland Boatmen Mate $58.59 5B 1K 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 Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing, Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.251 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute $46.09 7A 31 Operator King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers $46.09 7A 31 httDs://fortress.wa.aov/Ini/waaelookuo/DrvWaaelookuD.aSDX 4/19/2017 rays -r Ui J.i Concrete Saw Operator/core Driller King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking Et $45.25 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller Et Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker Et Transit $46.66 7A 31 Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including $46.09 7A 31 Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker $46.66 7A 31 (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 (level B) King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman-dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, $46.09 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $46.09 7A 31 hH-nc•//fnrt•nncc wa nnv/Ini/wanpinnki rn/nrvWanPlnnki in_acnx 4/1 9/7n1 7 rdye Ur 1 i King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger/signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $46.09 7A 31 King Laborers SloperSprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar Electric, Air $46.09 7A 31 6t Gas Operated Tools King Laborers Tamper (multiple Et Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work-Compressed Air $83.12 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 88 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 Worker 54.01-60.00 psi httos://fortress.wa.00v/lni/waaelookun/nrvWaaelonktin.asny 4/19/?nl 7 rage b or i/ King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8D Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 8D Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8D Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 8� Tender King Laborers Tunnel Work-Miner $46.76 7A 31 8D King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $45.25 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $46.09 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $55.51 5D 1 H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 1 King Metal Fabrication In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.00 1 King Modular Buildings Toot Maintenance $11.561 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King Plasterers Journey Level $53.201 7Q 1 R htfinc•//fnrfirpcc wA nnv/Ini/wanPlnnkiin/nrvWanpinnleiin acny All 4/7f117 rays i vi t i King Playground Et Park Equipment Journey Level $11.00 1 Installers King Plumbers Ft Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P Concrete King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $55.21 7A 3C 8P Equipment King Power Equipment Operators Brooms $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons King Power Equipment Operators $57.72 7A 3C 8P https://fortress.wa.qov/Ini/wagelookur)/r)rvWacielookuD.asDx 4/19/2017 rciyC o ui 1 i Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P King Power Equipment Operators Dozers D-9 Ft Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $58.17 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $58.17 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P Articulating Off- Road Equipment 45 Yards. it Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $57.72 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $58.69 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators $59.28 7A 3C 8P hi-tnc•//fnrtracc wA nnv/lni/wnnpinnki in/nrvWanPlnnki rn acnx 411 Q/7f11 7 rays s vi t i Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $58.69 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution &Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 8P King Power Equipment Operators Pumps -Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $55.21 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $58.69 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And BeRman $55.21 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $57.72 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $57.72 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King I Power Equipment Operators Shotcrete/gunite Equipment 1 $55.21 7A I 3C 8P King Power Equipment Operators 1 $57.72 7A I 3C 8P httes://fortress.wa.❑ov/lni/wanelonkun/nrvWanelnnkun_arnx 411 q/7n1 7 rayC iv Ui ii Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $58.69 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $59.28 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $59.88 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $58.69 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $57.72 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P Conveyor King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer£t Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P Underground Sewer & Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk- Remote Demolition $55.21 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer Et Water hitnc•//fnri-rccc sera acnx A/l U/7f11 7 rays 11 VI 1/ King Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $57.72 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 813 Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $59.88 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water httns://fortress.wa.aov/Ini/waaelookur)/DrvWaaelookur).asnx 4/19/2(l1 7 rd(-J.a 1L UI 1/ King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Underground Sewer Ft Water Or Crane Mount King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $58.17 7A 3C 8P Underground Sewer Et Water And Gamaco Ft Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $58.17 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $58.69 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $58.17 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $59.28 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Underground Sewer Ft Water Yards King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P Underground Sewer Ft Water $0.50 Per Hour Over Mechanic) ht-t-nc•//fnrt-rocc Vnla nnv/Ini/wanAlnnhi in/nrvWanalnnlei in Acnx d/1 Q/7f11 7 rays i-j vi L i King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $58.69 7A 3C 8P UnderQround Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P UnderQround Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 8P UnderQround Sewer a Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $59.28 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $58.69 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P UnderQround Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps -Water $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $55.21 7A 3C 8P UnderQround Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P UnderQround Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $57.72 7A 3C 8P UnderQround Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $58.69 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P UnderQround Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King $58.17 7A 3C 8P httos://fortress.wa.aov/lni/waaelookuD/DrvWacelookur).asox 4/19/2017 rcaye L-t ui L i Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete I3 Carry $57.72 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer 8t Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $58.69 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $59.28 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $60.47 7A 3C 8P Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $58.69 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $57.72 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $58.17 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A 3C 8P Underground Sewer Et Water httnq //fnrtrPq-,_wa_nnv/lni/wanPlnnkun/nrvWanPlnnkun_asnx 4/1 q/7f11 7 rcayt:! 1J ul 1 i King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers King Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $31.65 5A 4A Trimmers King Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $41.69 5D 4C Applicators King Residential Drywall Tapers Journey Level $55.66 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $39.40 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 $24.091 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Ft Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 111 Workers King Residential Soft Floor Layers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $50.26 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $47.51 5A 3H King Roofers Using Irritable Bituminous $50.51 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.061 7T 2B King Shipbuilding Et Ship Repair Electrician $41.091 7T 4B httos://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookuD.asi)x 4/19/2017 rage ie or 1 i King Shipbuilding a Ship Repair Heat Et Frost Insulator $65.681 5J 4H King Shipbuilding a Ship Repair Laborer $41.081 7T 4B King Shipbuilding a Ship Repair Machinist $41.32 7T 4B King Shipbuilding a Ship Repair Operator $41.03 7T 4B King Shipbuilding a Ship Repair Painter $41.05 7T 4B King Shipbuilding a Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding a Ship Repair Rigger $41.12 7T 4B King Shipbuilding g & Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding a Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding a Ship Repair Trucker $41.26 7T 4B King Shipbuilding a Ship Repair Warehouse $41.02 7T 4B King Shipbuilding a Ship Repair Welder/Burner $41.12 7T 4B King Sign Makers a Installers Sign Installer $22.92 1 (Electrical) King Sign Makers a Installers Sign Maker $21.36 1 (Electrical) King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $57.72 7A 3C 8P Surveyor King Surveyors Chainman $57.17 7A 3C 8P King Surveyors Construction Site Surveyor $58.69 7A I 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 26 Outside King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment $38.84 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $36.09 5A 2B Outside Operator (Light) httos://fortress.wa.aov/Ini/waaelookun/nrvWaaelnokun.asnx 4/1 q/7n1 7 rage 1 i or 1 i King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television $27.21 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $50.26 5A I 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $41.09 5A 1B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers httgs://fortress.wa.aov/Ini/waaelookUD/orvWacelookur).asDX 4/19/2017 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight(8)regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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 at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday,the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 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. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4) day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations,generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8) hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. Holiday 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 5 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day, And Christmas Day(8). H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). Holiday 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). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas, And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays: New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9)• Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). 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 6 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Holiday(10). I. Paid Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day(7). Holiday Codes Continued 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). Z. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls 7 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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. 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 which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day,Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. if any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day, the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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 100'42.00 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 Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'41.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C:$0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana,or Idaho.These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012. 9 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 10 REQIIESf FBI{MRYOR S SIGNATURE. cneirv '+��orea ai e� .. whip mWtaea+em ee veu�eom me uw mm � /�.c �0. �aror�centa tto : o1ie ror swa ¢ne.S 1 ateRb4 ea, 5 ReNmSl �e c� erv[N:wRrem� e �eneactr Oaee now8�k� a s S H9 R�,lile. �a spy°r o a a eaeura nG.a ESP m1P leame�� & M4AeM eiq a�em q�� �ry rn uarcm.�e :m o: nawo�a ottaw ohp� �fna, w„ svn KENT Agenda Item: Bids - 9C WASHINOTON TO: City Council DATE: May 16, 2017 SUBJECT: 2017 Paint Line Striping & Raised Pavement Markings Replacement - Award MOTION: Award the 2017 Paint Line Striping and Raised Pavement Markings Replacement Project to Stripe Rite, Inc., in the amount of $274,860, and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of re-installing paint striping over existing, worn lane markings, and installing replacement raised pavement markings on various streets. The Engineer's estimate for this project is $299,750. EXHIBITS: Memo dated May 9, 2017 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The contract will be paid for out of budgeted B & 0 funds.