Loading...
HomeMy WebLinkAboutPW17-245 - Original - Stanley Patrick Striping - 2017 Asphalt Overlays - 05/31/2017 r y n/N%�%rr r r srd�rJll�rf�l%r l Y � 7 i l r%f rlflcJfl1f'" /�1 t b rif rr�r. K cords M �/��41ir1/�rl f ,f f f f f�% frrl�i F�/ "��d Y r .A 0iJ lii, I`` � %,l em KENT �. r;� �,,,�/c�r�� Document! 'y w �p�yry p q�y WAS H IN c r 'w %lifl%I1 if �r,>>/�� ll �.7 N M 14..11 /„J/ �i 1 frr�i r Tyl y�r�1F�/�/r� (4/�Ilr�w. ✓i/� ow d 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: Stanley Patrick Striping Co. Vendor Number: JD Edwards Number Contract dumber: WI'-1 — qq This is assigned by City Clerk's Office Project Name: 2017 Plastic Markings Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment Z Contract Other: Contract Effective [date: Bate of the Mayors signature Termination Bate: zswo,kingaays Contract Renewal Notice. (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: PW Operations Contract Amount: $172,696.00 Approval Authority: (CIRCLE ONE) Department Director Mayor LityCouncil Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing permanent signing, installing new and refreshing existing plastic pavement markings, inclu ingm strip 1 nes,--ctossu-a-lks traffic arrows, traffic letters on various City streets. As of: 08/27/14 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 201' 7 Plastic Mark"Ing' s Project Numben R006012 B I Ds ACCEPTED I. I L BID OPENING April 25, 2017 April 25, 2017 P.M. 1 ..00 P.M. DELIVER TO C I TY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-58915 TI MOTHY J. LAPORTE, P.E,. PUBLIC WORKS DIRECTOR 0 T KENT WA5 H IN GTO N TAB INDEX 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 WSDOT Standard Plans Tab 7 Location Maps, Signing and Channelization Plans Tab S Traffic Control Plans Tab 9 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Plastic Markings 0 BIDS ACCEPTED UNTIL BID OPENING April ,, 2017 April 25., 2017 A.M. P.M. DELIVER TO CITY OF KENT, CITY L 220 4th Avenue 5., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR Ie ��aa''//,u7�1l�'ll �yy���yyi +7 31J0/201 f W A S H I N G T 0 N BIDDER'S NAME �Tti CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Plastic Markings Project Number: R00602 BIDS ACCEPTED UNTIL BID OPENING April 25, 2017 April 25, 2017 12:45 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT WASH IN Q T O N Pagel Bid Package Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 WSDOT Standard Plans Location Maps, Signing and Channelization Plans Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 25,, 2017 up to 12:45 p:.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington, All bids must be properly marked and sealed in accordance with this "Invitation to, Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and: read publicly aloud at 1:00 p.m. for the City of Kent project named as follows. 2017 Plastic Markings Project Number: R00602 The project consists of installing permanent signing, installing new and refreshiing existing plastic pavement markings including stop limes, crosswalks, traffic arrows, traffic letters 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 $230,000 to $300,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Joseph; Ar,aucto, 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-refu�ndable cost of $2,51 for each set. Plans and specifications can also be downloaded at no charge at 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 5th day of April, 2017, B Y Kimberley Komoto, 'City Clerk Published in mail ( Journal of CommerceI L 11 on April _a_nJ_1 L 2017 Page 3 � L Provided to Builders Exchange of WA:, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date ZD This statement relates to a proposed contract with the City of Kent named 2017 Plastic Markings 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. NAME OF BIDDER ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2017 Plastic Markings/Araucto 1 April 5, 2017 Project Number: R00602 Page 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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: S- Ayycl Pfl'f44ck— STti21 PI N Title: Su eg-7�1 t✓SE�''O- �/ '� Date: ?-C., I (Z 2017 Plastic Markings/Araucto 2 April 5,2017 Project Number: R00602 Page 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 Plastic Markings/Araucto 3 April 5, 2017 Project Number: R00602 Page 6 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that 60V%- IP-D5 Z A_TQICtl S-'(93RM has examined the job site and construction details of the work as outlined on the v plans and described in the specifications for the project named 2017 Plastic Markings/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 Plastic Markings/Araucto 5 April 5, 2017 Project Number: R00602 Page 8 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 7-6060 �� $ 2.0000 .Cro WSDOT LUMP SUM Per LS 1005 8-22.5 1,570 Plastic Stop Line $ 12.-So $ 9 ZS,`jo WSDOT LN FT (24 inch wide) Per LF 1010 8-22.5 13,800 Plastic Crosswalk Line $ ~T.ov $��o��j� �o WSDOT SQ FT Per SF 1015 8-22.5 90 Plastic Traffic Arrow $ ( sp.pt�, $ WSDOT EACH Per EA 1020 8-22.5 40 Plastic Traffic Letter $ 10 cs aO $ Lip 0p ao WSDOT EACH Per EA 1025 8-22.5 11500 Additional Plastic Traffic $ -L •°O $ � at7n• KSP SQ FT Marking Removal Per SF 1030 8-21.5 1 Permanent Signing $ b oa $ b0D Gv WSDOT LUMP SUM (76th Ave S Crosswalk) Per LS 1035 1-10.5 510 Traffic Control Labor $ ` ,tl'C> $ KSP HOURS Per HR 1040 1-10.5 110 Traffic Control Supervisor $ 1 . 6T $ 1 I 0 61-D KSP HOURS Per HR 1045 1-10.5 1 Temporary Traffic Control $ 1 -50o•C'a $ ' 5 0 D `G KSP LUMP SUM Devices Per LS 2017 Plastic Markings/Araucto 6 April 5, 2017 Project Number: R00602 Page 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. -,QUANTITY PRICE AMOUNT 1050 1-10.5 30 Portable Changeable $ 3,::, .Lp $ KSP DAYS Message Sign (PCM,S) Per DAY s 1055 1-10.5 30 Sequential Arrow Sign (SAS) $ $ KSP DAYS Per DAY 1060 1-07J5(1) 1 SPCC Plain WSDOT LUMP SUM $ 0 $ 5-0 Per LS 1065 1- 1 Minor Changes $10,000,001, $10,000.00 04.4(1) CALL Per CALC WSDOT *Common price to all bidders Total $ 2017 Plastic Markiiings/Araucto 7 April 5, 2017 Project Number: R00602 Page 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.cof-n -Always Verify Scale 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 Plastic Markings 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 2017 Plastic Markings/Araucto 8 April 5, 2017 Project Number: R00602 Page 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SUBCONTRACTOR LIST (Contracts over i million dollars) Name of Bidder: Rt4 Project Name: 2017 Plastic Markings 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, l Heating, Ventilation, and Air Conditioning Subcontractor Name: �! Plumbing Subcontractor Name: Electrical Subcontractor Name: 20 !7 Sign �- Date 2017 Plastic Markings/Araucto 9 April 5, 2017 Project Number: R00602 Page 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 Plastic Markings/Araucto 10 April 5, 2017 Project Number: R00602 3 d to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 THZS FORM AS PART OF YOUR D. FAILURE TO PROPERLY COMPLETE THZS FORM MA Y ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSZVE 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. A SUBMITTED BY: ,- NAME: -`i-n N-1 k,e- c: h ;y ADDRESS: ky- - PRINCIPAL OFFICE: cv—(.7 ADDRESS: J; Z C5 PHONE: L FAX: 1. STATUTORY REQUIREMENTS 1.1 Pr ide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 1 27 RCW. 1.2 Provide your current state unified business identifier number. (�2 C)'2—— o k<,-; .. (I 1.3 Provide proof of applicable industrial insurance coverage for your employees, working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW, Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection,( 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 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.Q10 or 39.12.065 (3). 2017 Plastic Markings/Araucto C- April 5, 2017 Project Number; R00602 Page 14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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? .1, 1', 2.2.1 Under what other or former names has your organization operated? N 11 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: /'-( / L,- 2.3.2 State of incorporation: W 2.3.3 President's name: Pvl V" L- e_,P, v-\_ 2.3.4 Vice-president's name(s): iJ pr 2.3.5 Secretary's name: r.4(?P_- v-\-- 2.3.6 Treasurer's name: uturf e-0-v-, 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: Alv, t . 2.6 If the form of your organization is other than those listed above, describe it and name the principals,: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate license numbers, if applicable. cv 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 1 4. EXPERIENCE 4.1 List the categories, of work that your organization normally performs with-, its own forces, C 0 L\x,+� rvv� � vV f D aA \N 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has yogr organization ever failed to complete any work awarded to it? 4.2.2 Are t ere any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? � b 2017 Plastic Markings/Araucto 12 April 5, 2017 Project Number: R00602 Page 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? N10 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 fai1ed to complete a construction contract? (If the answer is yes, please attach details.) N D 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. -,e c,H 4.4.1 State total worth of work in progress and under contract: ivty4s' -5' 2 o6S, .3 Z- 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work-performed with Your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 0 -2- 2-oe) -4- fo it 'r 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals o your organization. -S 4.7 nos eparate )eet,, list your major equipment. 5. REFERENCES 5.1 Trade References: 1?1 �HI -E-5 i (f 'f NVI) 5.2 Bank Refe re In ces:ii vvi Y,jy;� kz,I,V\O, v,\:I- ram,K- 5.3 Surety: S.3.1 Name of bonding company: 5.3.2 Name and address of agent: -Ty- kc Icr- lic- Via. FINANCING 6.1 Financial Staternent., After bid opening, the City may require the following financial information -f-rim--an--Y-orTF-e-fhree 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 Plastic Miarkings/Araucto 13 April 5, 2017 Project Number: R00602 Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.coin-Always Verify Scale 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 receivaible, 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 )_ L( day of 2017, Name of Organization: ......... By: Title: 7.2 JQ,W� S, ;A%"v(' being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and swor,A efor is day of 2017. 2 Notary Publ�, 4V dy My Commission txpire 10 2017 Plastic Markings/Araucto 14 Project Number: R00602 Page 17 S Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwacom-Always Verify S,cal 11W, 11 a«z>> \ \ \w ' > \ \ ,'- ,,; ►lr lz P A/ TIRIC) T RIPI O�� R p0 5 �yra ///; QD MI5/ 4 1 e L4 as: %i VYJ St Moll rmx STANLEYTATRICKS 162$'TIT, T> T 1l1 r, � ill� 1 :``5l / C►18 /// r% r r RLI a 3101 Western Avenue,Suite 300 Seattle, WA 98121 Phone: (206)628-7200 Fax: (309)683-1640 Stanley Patrick Striping Co 1628 Third St S# 101 Enumclaw, WA 98022 April 5, 2017 RE: Bond Renewal: LSM0200981 Principal: Stanley Patrick Striping Co Obligee: Wa Dept. Of Labor& Industries Contractor Registration Sect. Description: Specialty Contractor Dear Principal: This letter will confirm our receipt of your premium payment and notification of your bond renewal. Your bond premium is paid through April 21, 2018 For questions please contact: Fournier Insurance Solutions 5712 Orchard Street West University Place, WA 98467 (253)473-3010 Thank you for placing your bond business with us. Sincerely, GpRPORATF SEAL Cherie L. Montgomery RLI Surety-Seattle L0007816 '7, �:71 ,., Ji Gr to �. ,.. rfa RAW cia 11/ r mo ACC OWI i.i.. . ..G EAitT ACCOUNTAURTiS 1 WANT TO N-me a¢e nra elellsUmiso NatilepAMeuk.Roo 11&j'r+itr4„r1R ml'i e"cr I tl r;0411 I„ 1y9 AEI I' "A S".f l HD IES x,'y l Y'"OUy ,x ENCkSPRSELIEN G 4 AT'THIS LCIVCATI010 Unw Udeyvki F'enr T A�Ea�o L.ar a.y G enarao Esu ions sr„ AM.* B c,uT mhh C6s:mm f3m mess AM— Pyiadmmw Gnaw Ltausouss AM A E it eom mud mminr:es ochre M WVs a3ee`vW En wins ,rw:4Fe t n -orAzrzwmo hmnimmce Ad re C r FA, .7rsfu mm {x.A,rvq Auu]raw,w un4ai.or C'o s'rh:vr 31-800-STRIPING STA L l PATRICK STRIPING CO. April 24, 2017 To whom it may concern: Stanley Patrick Striping Company has no subsidiary companies or affiliated companies under majority ownership or under control by the owners, Stanley Patrick Striping g Company is an individual S corp. Stanley Patrick Striping Company has not been disqualified from bidding on any public works contracts in the bast 3 years. Thank you, und n ..._ Treasurer Protects In Progress #1 Project Name: NewCastle Commons Contractor/Owner: Avalon Bay Communities/City of Newcastle Contact Name: Lytton Volson (AVB)/Sean Bauman (AVB)/Kerry Sullivan (City of Newcastle) Phone#206.718.9195/425.531.2916/425.649.4444 ext. 113 Expected Project Completion Date: Fall 2017 Current Contract Amount:$211,817 Percent Complete: 65% Project Description: Paint Markings,signage,extruded curbing,Thermoplastic Markings, RPMs #2 Project Name: Capstone Overlake Contractor/Owner:JTM Construction/AVB Properties Contact Name: Shane Manson Phone#206.587.4000 Expected Project Completion Date: Fall 2017 Current Contract Amount:$67,415.25 Percent Complete: 25% Project Description: Paint Markings, signage,Thermoplastic Markings, RPMs #3 Project Name: Offices at Southport Contractor/Owner: Exxel Pacific Contact Name: Kyle Johnson Phone#206.453.1005 Expected Project Completion Date: Fall 2017 Current Contract Amount:$48,701.25 Percent Complete: 20% Project Description: Pavement Markings, and signage Recent Projects pg. 2 #4 Project Name: Heron's Key Contractor/Owner: Weitz Company Contact Name: Brenda Phone#602.302.7672 Expected Project Completion Date: Summer 2017 Current Contract Amount:$42,135.00 Percent Complete: 8% Project Description: Pavement Markings, and signage #5 Project Name: Tahoma High School Contractor/Owner:Skanska/City of Maple Valley Contact Name: Ken Kurtz Phone#206.450.3880 Expected Project Completion Date: Spring 2017 Current Contract Amount:$76,880.00 Percent Complete: 80% Project Description: Paint Markings, signage,Thermoplastic Markings, RPMs Recent Projects Inspectors in City of Bellevue or Redmond who know SPS,and would recommend us for road work #1 Project Name: NewCastle Commons Contractor/Owner:Avalon Bay Communities/City of Newcastle Contact Name: Lytton Volson (AVB)/Sean Bauman(AVB)/Kerry Sullivan (City of Newcastle) Phone#206.718.9195/425.531.2916/425.649.4444 ext. 113 Project Completion Date: 9/21/16 Final Contract Amount:$43,146.00 Project Description:All the information above is referring to only the work we performed on Coal Creek Parkway which is 100%complete.Work performed includes Removal of Pavement Markings,Temp markings,Striping Re-chan w/permanent markings,and perm signage.This project is a joint venture with City of Bellevue,City of NewCastle, and Avalon Bay.The rest of the onsite work is ongoing,completion date Fall 2017,total subcontracted amount is $211,817.00 Work performed by our forces of Contracted Amount: 100% #2 Project Name: Washington Avenue Contractor/Owner: RV Associates/City of Bremerton Contact Name: David Overland (RV) Phone#360.876.9737 Project Completion Date: 2/17/16 Final Contract Amount:$51,431.40 Project Description: Removal of existing conflicting markings,temporary striping,and permanent striping Work performed by our forces of Contracted Amount: 100% #3 Project Name: 188t'Ave NE & NE V'St. Improvements, Redmond Contractor/Owner:JR Hayes Contact Name:Zach Gustafson Phone#425.392.5722 Project Completion Date: 8/16/13 Final Contract Amount: $51,967.41 Recent Projects pg. 2 Project Description :Very large new road striping and signage job,w/360 LF dual faced mountable install Work performed by our forces of Contracted Amount: 100% #4 Project Name: Boeing Thompson Site Contractor/Owner: Boeing Company Contact Name: Dave Horsfall Phone#206.852.4985 Project Completion Date: 1/28/14 Final Contract Amount: $210,984 Project Description: Removal of existing conflicting markings,temporary striping,and permanent striping Work performed by our forces of Contracted Amount:85% #5 Project Name: Bow Lake Transfer Station Contractor/Owner: Lydig Construction/King County Contact Name:Julianna Baldwin Phone#425.885.3314 Project Completion Date: 7/31/13 Final Contract Amount:$137,911 Project Description: Pavement markings, Plastic and Paint, permanent signage Work performed by our forces of Contracted Amount: 100% Construction Experience — Key Individuals Ryan Lundeen—President—26 years Brian McCall—General Manager—14 years Dan Daffern—Project Manager—15 years Scott Birdsong—Field Supt.—12 years EJ Naumoff—Foreman—13 years Tanya Sweetser—Office Manager—8 years List of Maior Equipment (Not exactly sure what qualifies) -Morton Traffic 20001b Thermoplastic Premelter -2 ea Graco Thermoplastic Lazers -Trantek Thermoplastic Applicator -tea Rotary Erasers -Graco Grinder -MMA machine -1000 gallon Sealcoat Truck -825 gal sealcoat Tanker Trailer -John Deere Backhoe -55001b Warehouse forklift -10 ea Graco Stripers -2 ea 2015 Hino Flatbed Trucks -2016 F450 Flatbead Truck -2012 F25o Flatbed -2016 F250 Truck -2012 F25o Truck -6ea 2012 to 2015 F150 Pickup trucks - 2ea 2007 Kodiak c4500 Flatbed Trucks 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 twenty-five (25) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s bN , 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: M_0// ST,+MU-7�R?'(1-Ice— (2)N� NAME OF BIDDER gnatu ri epresentative % c6o SV-or. (Print Name and le / 62g r hIvd Sr Address Io vnvi C (A tV , dt/A 7 ZZ 2017 Plastic Markings/Araucto 1s April 5, 2017 Project Number: R00602 Page 18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Bond No.LSM0906018 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Stanley Patrick Striping,Co. as Principal, and RU Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of 5%of Total Amount Bid Dollars, for the payment of which the Principal and the Surety blond 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 Plastic Markings/Project 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 Obillgee 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 remaiin 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 21st DAY OF April 2017. Stanley F g /P L J't4 C EF 00//// RLI insurance Company V 0I SURETY Tricia—Taylc ttorney in Fact SE /4 LINO�s 20 Received return of deposit in the sum of $ 2017 Plastic Marking s/Ara ucto 16 April 5,2017 Project Number: R00602 RLT urance RLI® P.O. x3967 Peoria POWER OF ATTORNEY P.O.Box 3967 Peoria IL 61612-3967 Phone:(309)692-1000 Fax:(309)683-1610 RLI Insurance Company Bond No. LSM0906018 Know All Men by These Presents: That the RLI Insurance Company a corporation organized and existing under the laws of the State of Illinois .and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Tricia Taylor in the City of University Place ,State of Washington as Attorney In Fact ,with full power and authority hereby conferred upon him/her to sign, execute,acknowledge and deliver for and on its behalf as Surety,in general,any and all bonds,undertakings, and recognizances in an amount not to exceed Ten Million and 00/100 Dollars ( $10,000,000.00 ) for any single obligation,and specifically for the following described bond. Principal•• Stanley Patrick Striping Co. Obligee: City of Kent Bond Amount: 5%of Total Amount Bid The RLI Insurance Company fluther certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company ,and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer,or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary, or the Treasurer may appoint Attorneys in Pact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF,the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 21 st day of April 2017 CE ATTEST: �9`?.......•.°�A, RLI Insurance Company `3 nvo y- oyx� SEAL : Cherie L.Montgomery ssistant Secretary �'JN,oSy; Barton W.Davis Vice President On this 21 st day of Aaril 2017 before me,a Notary Public,personally appeared Barton W.Davis and Cherie L.Montgomery ,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as Vice President and Assistant Secretary ,respectively,of the said RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. t "OFFICIAL SEAL" °��� JACQUELINE M.80CKLER Jac �el�ineM. ock r Notary Public -I;los COMMISSION EXPIRES 07174178 A0006104_SUBS_BID 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 Plastic Markings Project Number: R00602 NAME OF PROJECT Pt N L 4� P-k C_K- AME OF BIDDER'S FIRM OF AUTHORIZED REPRESENTATIVE OF BIDDER 2017 Plastic Markings/Araucto 17 April 5, 2017 Project Number: R00602 Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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: LInsert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project #, if applicable] 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 Plastic Markings/Araucto 18 April 5, 2017 Project Number: R00602 Page 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) 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 ally), 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 thiis 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: a"I'll?2z4a V ( ignature) (signature) Print Name:— aL2e 6 Le r Print Name: Timothy J.-LaPorte, P.E. Its 011K Its Pubhc Works Director (title) (title) DATE: 5,-2.L- 17 DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2017 Plastic Markings/Araucto 19 April 5, 2017 Project Number: R00602 Page 22 Provided to BuIlIders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.corn-Always Verify Scale BIDDER'S CHECKLIST The following checklist is a guideline to help the Conti-actor 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 Bid�der's Name .................... Order of Contents..,.....,...........................................................................Ell, Invitation to Bid.....................................................................................�Z- Contractor Compliance Statement.................................................. 16 Date................................................................i........................... 125. Have/have not participated acknowledgment.............................6- Signatureand address ...................................................................11:f Declaration - City of Kent Equal Employment Opportunity Policy ........ Dateand signature ............................................................... Administrative Policy ......................................................................... .. Proposal....................................i........................................................:.. First line of proposal - filled in ,,.................................................... Unit prices are correct ................................................................... Subcontractor List (contracts over $100K) ............................:.........P..1. Subcontractors listed properly..,..,................................................tl Signature......................................................................................R�p Subcontractor List (contracts over $1 million).'........'........................................... Subcontractors listed properly................................................... Dateand signature ........................................................1...........m Contractor's Qualification Statement .................................;............. . Complete and notariz�ed .............................................i.............:. Proposal Signature Page.............. . ...... . . AllAddenda acknowledged ....................................................... Date, signature and address ....................................................... Bidand Form ...,.................................................................................. Signature, sealed and dated ........... .........................................I Power of Attorney.........................................................................119- (Amo'unt of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form.....................................................................11J, Signature...................i............................................. ................. ChangeOrder Form............................................................0.0............ Bidder's Checklist ....................................................... ........... The following forms are to be executed after the Contract is awarded: A) CQNTRKI This agreement is to be executed by the successful bidder. 13) 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 EQ_QAL EMPLOYMENT PPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract.. 2017 Mastic Markings/Araucto 20 AprH 5, 2017 Project Number: R00602 Page 23 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale Bond No.LSM0906118 100 Akto IN 1 PAYMEN M T AND PERFORANCE BOND 0000�141�10)�- TO CITY OF KENT K E N T KNOW ALL MEN BY Tl-IESE PRESENTS: nle c tri That we, the Urld(Il'Sig lied, Sta Y!!Vi k S —---------- as Principal, carte _RLI Insurance Company a Corporation organized and existing Under the laws of the State of Washington, as a Surety Col-porntion, and qL.AFJJrfj(�(.l tjl')(lef Mlle laws of the State of WasNngton to become Surety upon bonds of Contractors with Municipal Corporations, as, S1,11-0ty, are jointly and severally lield and firmly bound to the. CITY OF KEN]' in the Penal SUM Of $-1!2,qP!.00 -J tognthe r with any adjustrnents, Lip or down, in the total contract price beC3LISC of changes in the contract work, for the payninfit of which surn on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. .One Hundred Seventy Two Thousa rid Six Hundred Ninety Five and 00/100 Dollars This obligation is entered into in pursuance of the Sti.,ItUteS of the State of Washington, and the Codes and Ordinance!; of Lhe CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duty made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent ti,3,s let or is about to let to the above bounden Principal, a certain contract, the said contract providing for colistri-)CtiOn of 20117 Plastic Markings/Project Number: R00602 (which contract is referred to herein and is made a part hereof as though attaClrl(,,d he�reto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perforn-1 the work therein provided for in the manner and within the time sot 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 tirne herein set forth, or within such extensions of time as may be granted Under the said contract, and shall pay all laborers, mechanics, SU[Dcontriactors and rnatcrial rnen, arid 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 frorn 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 seat (if required by law) of each corporate party is hereto affixed and duty signed by its undersigned representatives pUrSIN'511t to authority of its governing body. 20117 Plastic MnrP,'ng0Ar3LWt0 21 April 15, 2n17 Projact Numbor; R00602 TWO M G N .S S f"S filaniey p ick Stripino,ro. PRINCIP ,i.. #ur,rae`rarlfGui;,l°5r�9dd,r' rltf1'r� R 11 TITLE: � V DATE:_._.e_.�. ��<Ny~. w DATE: 4DCORPORATE SEAL: PRINI NAME ATi=: ... w� l RLIlnsuranco,Qgmp _......_.. SURETY CORPORATE RATC SEAL: k Y: Trirra ylar w°klp0P?, � * CRATE: ...... TITLE: TLE.... � �,txrarnryffn fact----.w_r. ADDRESS: P o.Box 3967 pporia.ua_61612 3967 /41NOX 9025 Lindbergh Dr.Peoria,IL 61515 CERTIFICATE AT AS TO CORPORATE SEAL. rY y #I , (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on #7C'Ia�lf of tl1 Princrl� i � � c cm�x of the said Corpor�aticn; that i 6,no�na #Nip si n�ltlare� tl�errwtr� is r�f�k�it��, arrc# t.t��t. �ici' Bond was dr.rly signed, sealed, anr# attested' for ��rtd in e cif of said C:orpor�atiorl by r..Ithority of its governing body. r SECRETA 0 ASSI STAf T SECRETARY� .0 2017 22 April 5, 2017 Prcy ct r^IumbOr: k`*"}JC 602 murae Com pany 11.0 I,Box 39 ac67 Pcoria 11.61612-3967 POWER OF ATTORNEY RU flhoaau,(309)692-1000 Fax,:(309)683-1610 RLI Insurance Company Bond No.__j.$Wj2QkLM— Kiiow,411 Meit bj? Tlwse Pl-tPseiitv: That the 111A Insurance Companv a corporation organized end existing under the laws of the State of Illinois and authorized and licensed to do business in all states and the District of Columbia does hereby snake, constitute and appoint: Tricia Tavlor in the City of University Place State of waghim,Won as_ Anornev In Fact %vith full power and authority hereby conferred Up011 hirn/her to sign, execute, acknowledge and deliver for and on its behalf*as Surety, in general, any and all bonds, undertakings, and recognizances in all amount not to exceed Ten Minion and 00/i0o $1 UOUX00 for all), single Dollars obligation,kind specifically for tile following described bond. Principal: Stanley 1111it-rick Striping Co, Obligee: City of Ke'll't Bond Amount: S J72,69$M The RIA InsoranceCompariv., further certifies that (lie following is a true aincl exact copy of a ReSolinion adopted by the Board or Director's of' RLT Insurance Company and now in force to-wit: ' All bonds, policies, undertakings, Powers of Attorney or other obligations of tile corporation shall be executed fit the corporate name of the Company by tile President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in tire narne of the Company. The corporate seat is not necessary for- the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF,the RIA Insurance Corn ariv has caused these presents to be executed by its Vice President with its corporate seal affixed this 26th day of N1 ay 2017 ,,04NC� ATTEST: 0 ......... RU Insurance Company GO re ILL &0461191hd 'Iry Ulerie I-.Montgomery istant Secre� . , • .,. k% ,' Barron W.Davis Vice President Lf" I IJM0001 On this 26th day of law . _ZM before me,a Notary Public,personally appe,ared Birton W,Davis.......... and Cherie L.hubs lgompry who being,by me duly sworn,acknowledged that they signed the above Power of Attorney Its Vice,President and Assistant Secretary 'respectively,of the,said RU Insurance Company and acknowledged said instrument to, be the Voluntary act and deed of said corporation. rxrr��ssraarrxr°gar era N�N "OFFICIAL SEAL" )ACQUELINE K SOCKLER h1c, r Notary'PUbfiC A00061041t]D2 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal, corporation ("City"), and 1,5741V4,&�Z organized under the laws of the State of �'4 24 located and doing 4Z .524111' A-;,�W, "Contractor"). business at il 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 Asphalt Overlays/Project Number: R00602 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 WSIDOT 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 twenty five (25) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2,. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein, 2017 Plastic Markings/Araucto 23 April 5, 2017 Project Number: RO0602 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 Plastic Markings/Araucto 24 April 5, 2017 Project Number: R00602 CITY OF KENT BY: SUS T COS E, MAYOR DATE; ATTES KIMBERLEY A. OMOTO, CITY dLtKIK APPROVED AS TO FORM: KENT LAUD DEPARTMENT CONTRACTOR PRINT NAME: r1("4 " ` Cf TITLE: DATE: 7 2017 Plastic Markings/Araucto 25 April 5, 2017 Project Number: R00602 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. 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 Plastic Markings/Araucto 26 April 5, 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 Plastic Markings/Araucto 27 April 5, 2017 Project Number: R00602 EXH I B I T A (Continued) F. Acceptability of 0 nsureds Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. 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 Plastic Markings/Araucto 28 April 5, 2017 Project Number: R00602 STAN L-6 i�G ORO" DATE(MMIDD/YYYY) CERTIFICATE 4F LIABILITY INSURANCE 05/2612017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER 253-473-3010 CONTNAMEACT Trivia Taylor Fournier Insurance Solutions-U PHONE 253-473-3010 FAX 253-473-5363 University Place Branch A/C,No,Ext: A/C,No): 5712 Orchard Street West E-MAIL ADDRESS,trlClat@ OUrnIerSOIUtIOr1S.COm University Place,WA 98467 Ryan Fournier INSURERS AFFORDING COVERAGE NAIC a INSURER A:Travelers Indemnity Company 25666 INSURED Stanley Patrick Striping Co INSURER B:Charter Oak Fire Insurance Co. 25615 & 1800 Striping INSURER C:Travelers Property Casualty 25674 1628 Third St,Suite 101 Enumclaw,WA98022 INSURERD: 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUB POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY 1,000,000 CLAIMS-MADE � OCCUR X X EACH OCCURRENCE 300,000 DTCO2J906951 03/13l2017 03113l2018 DAMAGE TO RENTED X BI/PD Ded$2500 MED EXP(Any oneperson) $ 51000 X Stop Gap PERSONAL&ADV INJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY[K jpaT LOC PRODUCTS-COMPIOP AGG 2,000,000 OTHER: B AUTOMOBILE LIABILITY COMBINEDISINGLE LIMIT $ 11000,000 X ANY AUTO X X BA2J906951 03113/2017 03/13/2018 BODILY INJURY Perperson) OWNED SCHEDULED AUTOS ONLY AUTOS BODILY BODILY INJURY Per accident AUTOS ONLY AUTOS ONLY P.,. '-DAMAGE X Auto Liab Ded$0 $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 2,000,000 EXCESS LIAB CLAIMS-MADE X X CUP2J922810 03/13/2017 03113/2018 AGGREGATE $ 2,000,000 DED I X I RETENTION$ 10,000 A WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITYYIN DTCO2J906951 03/13/2017 03/13/2018 1,000,000 ANY PROPRIETORIPARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) WA STOP GAP E.L.DISEASE-EA EMPLOYEE 19000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT C F OPT ON l LOCA ON$I V I LES (ACO 1ea ditional Remarks Schedule,may be attached if more space is required) astic ar rngs rojecFf umber: a8 Primary&Non-Contributory Additional Insured endorsement and Waiver of Subrogation endorsements#CGD246,#CGD370,#CGD316 and#CAT353 attached RE: City of Kent. CERTIFICATE HOLDER CANCELLATION CITYKEN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department AUTHORIZED REPRESENTATIVE 400 West Gowe Kent,WA 98032 � ACORD 25(2016/03) ©1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD TRAVELERS POLICY NUMBER: DT-CO-2J906951-IND-17 EFFECTIVE DATE: 03-13-17 ISSUE DATE: 03-31-17 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. I IL TO 02 11 89 COMMON POLICY DECLARATIONS s IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS i IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 03 04 96 LOCATION SCHEDULE j k 1 COMMERCIAL PROPERTY i i CP TO 11 01 03 COMMERCIAL PROPERTY DECLARATIONS j CP TO 00 02 11 TABLE OF CONTENTS COMMERCIAL PROPERTY CP 00 90 07 88 COMMERCIAL PROPERTY CONDITIONS CP Tl 00 02 17 BUILDING AND PERSONAL PROPERTY COVERAGE CP Tl 04 02 17 BUS INC (AND EXTRA EXPENSE) COV FRM CP TI 08 02 17 CAUSE OF LOSS - SPECIAL FORM CP T3 81 01 15 FEDERAL TERRORISM RISK INSURANCE ACT DIS CP T9 28 02 17 WASHINGTON CHANGES CP T9 40 02 17 WA CHANGES - EXCLUDED CAUSES OF LOSS CP 01 60 12 98 WASHINGTON CHANGES - DOMESTIC ABUSE GENERAL LIABILITY - CONTRACTORS CO TO 01 11 03 COML GENERAL LIABILITY COV PART DEC CO F3 07 11 08 DEDUCTIBLE LIAB INSURANCE - WASHINGTON CG TO 07 09 87 DECLARATIONS PREMIUM SCHEDULE CG TO 08 11 03 KEY TO DECLARATIONS PREMIUM SCHEDULE CO TO 34 11 03 TABLE OF CONTENTS I CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM CG D4 20 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR CO D4 71 01 15 AMEND COVERAGE B - PERS & ADV INJURY GN 01 13 11 03 EMPLOYERS OVERHEAD LIABILITY CG D2 03 12 97 AMEND-NON CUMULATION OF EACH OCC CG D2 11 01 04 DESIGNATED PROJECT(S) GEN AGGR LIMIT CG D2 46 08 05 BLANKET ADDITIONAL INSURED (CONTRACTORS) CG D3 16 11 11 CONTRACTORS XTEND ENDORSEMENT ! CO D2 93 11 03 EXCL-CONSTRUCT MANAGE ERRORS & OMISSIONS CO D3 22 01 04 EXCLUSION-SUITS BY ONE NAMED INSURED { CG D3 26 10 11 EXCLUSION - UNSOLICITED COMMUNICATION CG D3 56 05 14 MOBILE EQUIP REDEFINED-EXCL OF VEHICLES CG D3 91 08 13 EXCL-PROD SUBJ TO WRAP-UP-LTD EXCEPTIONS CG DS 46 10 11 EXCL - ARCHITECT/ENG/SURVEY PROF SERV CG D6 18 10 11 EXCL-VIOLATION OF CONSUMER FIN PROT LAWS CO D7 46 01 15 EXCL-ACCESS OR DISCL OF CONF/PERS INFO CG DO 76 06 93 EXCLUSION-LEAD CG D1 42 01 99 EXCLUSION-DISCRIMINATION CG D1 73 11 03 AMEND-POLL EXCL-INCL LTD COV POLL COSTS IL T8 0110 93 PAGE: 1 OF 2 E 1 i i A TRQVELERSJ i POLICY NUMBER: DT-CO-2J906951-IND-17 EFFECTIVE DATE: 03-13-17 , ISSUE DATE: 03-31-17 1 GENERAL LIABILITY - CONTRACTORS (CONTINUED) CG D2 04 06 01 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CO D2 40 09 15 EXCLUSION -SILICA OR SILICA-RELATED DUST CG F2 45 07 02 EXCLUSION - WAR - WASHINGTON ! CG T4 78 02 90 EXCLUSION-ASBESTOS i CG T4 81 11 88 EXC-HAZARD-CONNECTED DESIGNATED EXPOSURE I CG F2 66 11 03 WA CHANGES EMPLOY RELATED PRACTICES EXCL CG F4 66 01 08 WASHINGTON CHANGES-WHO IS AN INSURED CG F2 41 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION ? CG TO 09 09 93 EMPLOYEE BENEFITS LIAR COV PART DEC € CG TO 43 01 16 EMPLOYEE BENEFITS LIAB TABLE OF CONTENTS CG T1 01 01 16 EMPLOYEE BENEFITS LIABILITY COV FORM t INLAND MARINE f I CM AO 28 08 96 IMPAK COVERAGE PART DECLARATXONS , CM T3 71 08 96 IN PAX COVERAGE SUMMARY CM TO 11 08 05 TABLE OF CONTENTS CM 00 01 09 04 COMMERCIAL INLAND MARINE CONDITIONS i CM T1 43 08 96 IMPAK COVERAGE FORM CM T3 98 01 15 FEDERAL TERRORISM RISK INSURANCE ACT DIS CM T9 39 06 12 WA CHGS-VOLCANIC ACTION AND REPL COST CM U1 00 06 14 WASHINGTON CHANGES l INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INS ACT DISCLOSE IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL T4 14 01 15 CAP ON LOSSES CERTIFIED ACT OF TERRORISM IL T3 82 05 13 EXCL OF LOSS DUE TO VIRUS OR BACTERIA IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 57 07 02 WA CHANGES - ACTUAL CASH VALUE f IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T3 55 05 13 EXCLUSION OF CERTAIN COMPUTER LOSSES 1 IL T8 01 10 93 PAGE: 2 OF 2 CHANGE EFFECTIVE DATE:03-13-17 AW CHANGE ENDORSEMENT NUMBER:0003 's TRAVELERS) POLICY NUMBER: DT—CO-2J906951—IND-17 EFFECTIVE DATE: 03-13-17 { I ISSUE DATE: 04-28-17 s LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS i THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS i BY LINE OF BUSINESS. i IL TO 07 09 87 CHANGE ENDORSEMENT j IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS I GENERAL LIABILITY — CONTRACTORS CG T8 00 GENERAL PURPOSE ENDORSEMENT CG T8 01 GENERAL PURPOSE ENDORSEMENT CG T8 02 GENERAL PURPOSE ENDORSEMENT CG T8 03 GENERAL PURPOSE ENDORSEMENT CG D3 61 03 05 ADD'L INSURED—OWNERS,LESSEES,CONTRACTORS CG D3 73 11 05 ADD'L INSURED,OWNERS,LESSEES,CONTRACTORS CG 20 10 10 01 ADDL INSD-OWNER/LESSEE/CONTRACTOR B j CG 20 37 07 04 ADD INSURED—OWNRS,LSSSEES,CONT COMPL OPS I CG 22 92 12 07 SNOW PLOW OPERATIONS COVERAGE J CG D3 70 08 13 OTHER INS-DESIGNATED ADDITIONAL INSURED CG T4 81 11 88 EXC—HAZARD-CONNECTED DESIGNATED EXPOSURE i IL T8 0110 93 PAGE: 1 OF 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED —(Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage"or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance". But the insurance provided to sured does not apply to "bodily injury", " the additional insured by this endorsement still is pp y y ry prop-erty damage" or "personal injury" arising out excess over any valid and collectible other in- surance", whether rims of the rendering of, or failure to render, any primary, excess, contingent or on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a engineering activities. claim. To the extent possible, such notice should include: CG D2 46 08 05 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY I. How, when and where the 'occurrence" any provider of'other insurance"which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by Ill. The nature and location of any injury or this endorsement is primary to 'other insur- damage arising out of the 'occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. i. Immediately record the specifics of the — DEFINITIONS: claim or"suit"and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement The additional insured must see to it that we under which you are required to include a receive written notice of the claim or"suit" as person or organization as an additional in- soon as practicable. sured on this Coverage Part, provided��that the bodily injury and property damage oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or"suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit', and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit' to c. Before the end of the policy period. Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: DT-CO-2J906951-IND-17 ISSUE DATE: 04-28-17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE - DESIGNATED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE OF DESIGNATED ADDITIONAL INSURED Designated Additional Insured: ANY PERSON OR ORGANIZATION THAT QUALIFIES AS AN ADDITIONAL INSURED UNDER SUCH OTHER ENDORSEMENT TO THIS COVERAGE PART, IF YOU AGREE IN A WRITTEN CONTRACT TO INCLUDE SUCH PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED ON THIS COVERAGE PART AND SUCH WRITTEN CONTRACT: A. SPECIFICALLY REQUIRES THAT THIS INSURANCE APPLY ON A PRIMARY BASIS OR A PRIMARY AND NON-CONTRIBUTORY BASIS; AND B. WAS SIGNED AND EXECUTED BY YOU BEFORE, AND IS IN EFFECT WHEN, THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS OR THE "PERSONAL INJURY" OR "ADVERTISING INJURY" OFFENSE IS COMMITTED. PROVISIONS The insurance provided by another endorsement to this Coverage Part to the designated additional insured shown in the Schedule Of Designated Additional Insured is primary to other insurance available to that person or organization under which that person or organization qualifies as a named insured, and we will not share with that other insurance. However, the insurance provided to such designated additional insured by that CG D3 70 0813 O 2013 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 i COMMERCIAL GENERAL LIABILITY ! THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I i CONTRACTORS XTEND ENDORSEMENT i This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties,and what is and is not covered. E A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments 1. Blanket Additional Insured — States Or Political Subdivisions—Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured— Newly Acquired Or Formed Organizations K. Unintentional Omission F. Who Is An Insured -- Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual liability—Railroads Or Lessors Of Premises 1 1 i PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n. do not apply j Auto Or Watercraft, in Paragraph 2.of SECTION to "premises damage". Exclusion f.(1)(a) I — COVERAGES — COVERAGE A BODILY IN- does not apply to"premises damage" caused JURY AND PROPERTY DAMAGE LIABILITY: by: i This exclusion does not apply to an aircraft that a. Fire; � is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured; and d. Smoke resulting from such fire, explosion, (c) Not being used to carry any person or prop- or lightning;or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I—Coverage A 1. The first paragraph of the exceptions in Ex- —Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion—All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. clusion in its title. I 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. i CG D3 16 11 11 2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 6 i COMMERCIAL GENERAL LIABILITY i i 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You required because of accidents or traffic Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same occur- vehicle to which the Bodily Injury Liability rence", whether such damage results from: Coverage applies. We do not have to fur- fire; explosion; lightning; smoke resulting from nish these bonds. such fire, explosion, or lightning; or water; or any combination of any of these causes: 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- s The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- j Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part; or Investigation or defense of the claim or j b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE i 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of"insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: Occurrence also means an act or omission a. A contract for a lease of premises. How- committed in providing or failing to provide ever, that portion of the contract for a "incidental medical services", first aid or i lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises damage"is not an"insured contract"; 2. The following is added to Paragraph 2.a.(1) of l SECTION II—WHO IS AN INSURED: 5. The following is added to the DEFINITIONS Section: Paragraph (1)(d) above does not apply to "Premises damage" means ' "bodily injury" arising out of providing or fall- age" 'property dam- ing to provide; age"to: (1) "Incidental medical services" by any of j a. Any premises while rented to you or tem- your "employees" who is a nurse practi- porarily occupied by you with permission tioner, registered nurse, licensed practical of the owner;or nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal Technician or paramedic;or premises is rented to you, if you rent such (il) First aid or"Good Samaritan services" by ' premises for a period of seven or fewer any of your "employees" or "volunteer 1 consecutive days. workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or !!! of SECTION IV—COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or"Good Samaritan ser- (b) That is insurance for"premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- j DITIONS is deleted. ness. I I Page 2 of 6 0 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 1 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III—LIMITS OF INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership Interest, will qualify as a provide "incidental medical services", first aid Named Insured if there is no other insurance or Good Samaritan services to any one per- which provides similar coverage to that Or- son will be deemed to be one"occurrence". ganization. However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I — COV- only: ERAGES —COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or i ordinance relating to the sale of pharmaceuti- form it; or Gals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of,the insured. that date is later than 180 days after you 6. The following Is added to the DEFINITIONS acquire or form such organization, if you i Section: report such organization in writing to us i "Incidental medical services"means: within 180 days after you acquire or form I a. Medical, surgical, dental, laboratory, x-ray it, and we agree in writing that it will con- or nursing service or treatment, advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages; or b. Coverage A does not apply to "bodily injury" j b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization;and i appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.1b., Ex- F. WHO IS AN INSURED — BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- TIONS- The following is added to SECTION II —WHO IS i AN INSURED: 1 The insurance is excess over any valid and collectible other insurance available to the in- Any of your subsidiaries, other than a partnership, sured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or "Good Samaritan services" No such subsidiary is an insured for"bodily injury" i to any person to the extent not subject to or "property damage" that occurred, or "personal I Paragraph 2.a.(1) of Section 11 — Who Is An i Insured. injury or advertising injury caused by an of- i fense committed after the date, if any, during the E. WHO 1S AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an ! OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- j The following replaces Paragraph 4. of SECTION sidiary. N—WHO IS AN INSURED: i I� CG D3 16 1111 Q 2011 The Travelers indemnity Company.All rights reserved. Page 3 of 6 i COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, H. BLANKET ADDITIONAL INSURED— LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II —WHO IS The following is added to SECTION II —WHO IS AN INSURED: AN INSURED: Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only with respect to liability spect to liability for"bodily injury", "property dam- for "bodily injury", "property damage", "personal injury"or"advertising injury"that: age", personal injury"or"advertising injury"that: „ a. Is "bodily injury" or "property damage" that a. Is "bodily injury or property damage that occurs, or is "personal injury" or "advertising occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tea, subsequent the execution of that con- tract or agreement;and tract or agreementt;;and b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or use of that part of any premises leased to omissions in the maintenance, operation or use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such premises owner, manager or lessor will be equipment lessor will be the minimum limits the minimum limits which you agreed to pro- which you agreed to provide in the written vide in the written contract or agreement, or contract or agreement, or the limits shown on the limits shown on the Declarations, which- the Declarations,whichever are less. ever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury"or b. The insurance provided to such premises "property damage" that occurs, or "personal owner, manager or lessor does not apply to: injury" or"advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury"or"adver- lease expires. Using injury"caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises;or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED -- STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- The following is added to SECTION 11—WHO IS surance must be primary to, or non- contributory with, such other insurance, in AN INSURED: which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required Page 4 of 6 0 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) A manager of any limited liability as an additional insured on this Coverage Part is company;or an insured, but only with respect to liability for (lit)An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or"advertising injury" arising out of such op- that is your partner, joint venture erations. member or manager;or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury"or"advertising injury"arising out to give notice of an "occurrence" or of operations performed for that state or po- offense. litical subdivision;or (3) Notice to us of such"occurrence"or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the "occurrence"or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1) or {2} above ERAL LIABILITY CONDITIONS: discovers that the"occurrence"or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part may I a. above, but only for the purposes of the in- apply. 1 surance provided under this Coverage Part to you or any insured listed in Paragraph 1.or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- Tense must be given as soon as practica- cape of"pollutants" which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific j any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a partnership or this Paragraph e. does not affect that require- i joint venture), any of your managers who ment. i is an individual (if you are a limited liability company), any of your "executive otfi- K. UNINTENTIONAL OMISSION cers" or directors (if you are an organiza- The following is added to Paragraph 6_, Repre- tion other than a partnership,joint venture sentations, of SECTION IV -- COMMERCIAL l or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: 1 ployee' authorized by you to give notice The unintentional omission of, or unintentional I of an"occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company,and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of i "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence"or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph B., Transfer (I) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: i CG D3 16 11 11 0 2011 The Travelers Indemnity Company.All rights reserved. Page 5 of 6 i COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental injury, shock,fright, disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion, but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs; or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of"insured contract" in the DEFINI- caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph f.(1) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- The following replaces the definition of "bodily leted. injury"in the DEFINITIONS Section: i I I i i i t I I t I i I I 1 F 1 I I i ! Page 6 of 6 0 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 TRAVELERS POLICY NUMBER: BA 2J906951-17-CN3 EFFECTIVE DATE: 03-13-17 ISSUE DATE: 04-03-17 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS j I THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS ! BY LINE OF BUSINESS, i IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS j IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON 1 COMMERCIAL AUTOMOBILE CA TO 01 02 15 BA- COVERAGE PART DECS (ITEMS 1 & 2) CA TO 02 02 15 BA COVERAGE PART DECS (ITEM 3) CA TO 03 02 15 BA COVERAGE PART DEC$ (ITEMS 4 & 5) CA TO 30 02 16 BA/AD/MC COV PART SUPPL SCH - ITEM TWO CA TO 31 02 15 TABLE OF CONTENTS-BUSINESS AUTO COV FORM CA 00 01 10 13 BUSINESS AUTO COVERAGE FORM CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITION CA 01 35 10 13 WASHINGTON CHANGEq CA 20 01 10 13 LESSOR - ADDL INSURED AND LOSS PAYEE CA 21 34 10 13 WA UNDERINSURED MOTORISTS COVERAGE CA 99 03 10 13 AUTO MEDICAL PAYMENTS COVERAGE CA 99 10 10 13 DRIVE OTHER CAR COV-BROAD COV NAMED INSD CA T3 53 02 15 BUSINESS AUTO EXTENSION ENDORSEMENT CA T8 04 CA 20 01 LESSOR ADD INS/ LOSS PAYEE INTERLINE ENDORSEMENTS IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL TO 10 12 86 LENDERS CERTIFICATE OF INSURANCE-FORM A IL T8 0110 93 PAGE: 1 OF 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE--This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and Is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO 1. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E, SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II—COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section 11. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph AA., 50% or more ownership interest and that is not Who Is An Insured, of SECTION 11 — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in AA., 2. The following replaces Paragraph b. in B.S., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered"autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 0215 ®2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or"suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any"auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada; covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against, and investigate orset- The followingis added to Paragraph A.1., Who [s tle any such claim or "suit" and keep us advised of all proceedings and ac- An Insured, of SECTION II—COVERED AUTOS tions. LIABILITY COVERAGE; (ii) Neither you nor any other involved Any "employee" of yours is an "insured"while us- "insured" will make any settlement ing a covered"auto"you don't awn, hire or borrow without our consent. in your business or your personal affairs, E. SUPPLEMENTARY PAYMENTS — INCREASED (III)in may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION Il—COVERED AUTOS LIABIL- ITYCOVERAGE; (iv)We will reimburse the "insured" for sums that the "Insured" legally must (2) Up to $3,000 for cast of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or"property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds, only up to the limit described In Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II— COVERED AUTOS LIABIL- SECTION It — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses Incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COW "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION 11 — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ®2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of insurance Services Office,Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will coverage, not invalidate the coverage afforded by this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph 13.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements, COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to 'loss" to one or ted or authorized insurer outside the more airbags in a covered "auto"you own that in- United States of America, its territories flate due to a cause other than a cause of'loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada, We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION 111 — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or 'loss" ap- graph AA.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or`loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident", (c) A member (if you are a limited liability com- l. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the"accident"or`loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered"auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph AA, Cover- 6. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or"lass", provided that the "accident"or`loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 ®2015 The Travelers Indemnity Company.All rights reserved, Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract, prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: Page 4 of 4 ®2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted materlal of Insurance Services Offloe,Inc.with its permission. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU 1 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 ................................................. 1-21 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-21 Permanent Signing........................................................... 8-1 8-22 Pavement Marking ........................................................... 8-1 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 LOCATION MAPS, SIGNING AND CHANNEL I ZAT 1 ON PLANS............. A-3 TRAFF I C CONTROL PLANS ............................................................... A-4 PREVAILING WAGE RATES............................................................... A-5 2016 Plastic Markings/Araucto April 5, 2017 Project Number; R00602 KENT SPEC 1 AL PROV 1 S 1 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 'I - GENERAL REOU I REME. TS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2016 Plastic Markings/Araucto 1 - 1 April 5, 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 BYADDING 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 2016 Plastic Markings/Araucto 1 - 2 April 5, 2017 Project Number: R00602 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at 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 BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and 2016 Plastic Markings/Araucto 1 - 3 April 5, 2017 Project Number: R00602 shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 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 BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2016 Plastic Markings/Araucto 1 - 4 April 5, 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 2016 Plastic Markings/Araucto 1 - 5 April 5, 2017 Project Number: R00602 other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 1S 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 B 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 S. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor 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. 2016 Plastic Markings/Araucto 1 - 6 April 5, 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 I IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified 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, 2016 Plastic Markings/Araucto 1 - 7 April 5, 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 1S 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. 2016 Plastic Markings/Araucto 1 - 8 April 5, 2017 Project Number: R00602 SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 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: 2016 Plastic Markings/Araucto 1 - 9 April 5, 2017 Project Number: R00602 Sidewalk curb ramp construction at: • 761" Ave S at about 865 ft south of S 212th St S 272"d St / S Start Lake Rd Other work identified in Appendix A 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, 113, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 2016 Plastic Markings/Araucto 1 - 10 April 5, 2017 Project Number: R00602 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can 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 2016 Plastic Markings/Araucto 1 - 11 April 5, 2017 Project Number: R00602 suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 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. 2016 Plastic Markings/Araucto 1 - 12 April 5, 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. 2016 Plastic Markings/Araucto 1 - 13 April 5, 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) 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 2016 Plastic Markings/Araucto 1 - 14 April 5, 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 I 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 Chang Pak Brian Swart 253-395-6988 253-395-6839 425-449-6735 (cell) 206-604-3687 (cell) Verizon Brad Landis 425-201-0901 425-766-1740 (cell) 2016 Plastic Markings/Araucto 1 - 15 April 5, 2017 Project Number: R00602 SECTION 1-07.18 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 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all 2016 Plastic Markings/Araucto 1 - 16 April 5, 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 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. 2016 Plastic Markings/Araucto 1 - 17 April 5, 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. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum 2016 Plastic Markings/Araucto 1 - 18 April 5, 2017 Project Number: R00602 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 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 2016 Plastic Markings/Araucto 1 - 19 April 5, 2017 Project Number: R00602 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. 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. 2016 Plastic Markings/Araucto 1 - 20 April 5, 2017 Project Number: R00602 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. 1-1 O TEMPORARY TRAFF I C 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: 2016 Plastic Markings/Araucto 1 - 21 April 5, 2017 Project Number: R00602 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 BY ADDING THE FOLLOWING NEW SECTION. 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the 2016 Plastic Markings/Araucto 1 - 22 April 5, 2017 Project Number: R00602 Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2016 Plastic Markings/Araucto 1 - 23 April 5, 2017 Project Number. R00602 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. 2016 Plastic Markings/Araucto 1 - 24 April 5, 2017 Project Number: R00602 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-21 PERMANENT SIGNING SECTION 8-21.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.1 Description Permanent signing for 761h Ave S will be installed in accordance with the Signing and Channelization Plan included in Appendix A. 8-21.2 Materials Sign posts shall be rolled carbon sheet steel, ASTM 1011 grade 50 and be hot dipped galvanized per AASHTO M-120 with minimum yield strength of 60,000 psi. Sign post shall be 2" square with 7/16" diameter pre-punched holes on 1" center full length of the post on all sides. Post anchors shall be zinc hot dipped galvanized material meeting ASTM A500 grade 13, 7 guage. 2 1/2" x 2 1/2" square Telespar anchor or Engineer approved equivalent. Post anchor length shall be 30". Post anchor shall have a 7/16" diameter hole on each side of the post located 2" from the top. SECTION 8-21.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3 Construction Requirements All sign post shall be installed on concrete foundation and anchor per Kent Standard Plan 6-82aM. The concrete in the sign foundation shall be Commercial Concrete in accordance with the requirements of Section 6-02. All signs shall be manufactured and installed in strict compliance with Kent Standard Plan 6-82aM. Each sign post shall only have one sign attached or as directed by the Engineer. Supplemental placard sign W16-7P shall be installed on the same post as W11-2. The height distance from the bottom of the sign to the edge of sidewalk shall not be less than 7 feet. 8-22 PAVEMENT MARKING REVISE THE LAST SENTENCE OF THE SECOND PARAGRAPH AS FOLLOWS: 8-22.1 Description All traffic pavement marking letters and numerals shall be 8-feet high per WSDOT Standard Plan M-80.10-01 and M-80.20-00 for high-speed application (regardless of the posted speed limit of the street), with the 2016 Plastic Markings/Araucto 8 - 1 April S, 2017 Project Number: R00602 exception of the "R" in the railroad crossing symbol which shall be as shown on Kent Standard Plan 6-78M. Layout of ONLY and arrows in the left turn pockets shall be as shown in the Kent Standard Plan 6-81 . SECTION 8-22.2 IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.2 Materials All transverse, symbols, and long line markings shall be installed with Type A plastic material, except that Type B plastic material shall be used for bicycle lane symbols, speed bump symbols, "25 MPH" letters and numbers, and "BUMP" letters for speed bump. All materials shall be listed in the Washington State Department of Transportation qualified product list prior to submittal of request for approval of these materials. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 °F to 450 °F (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(540C), and show no deformation or flaking at temperatures between —10 °F to 140 °F (- 23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness All markings shall meet the thickness requirements for flat/transverse & symbol for the various type of plastic material. SECTION 8-22.3(S) IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(5) Installation Instructions All markings required to be installed at each intersection shall be completed prior to mobilizing to the next intersection. Both the pavement surface and the air temperature at the time of application shall not be less than 50°F (as measured by a temperature gun) and shall be rising. The road surface shall be absolutely dry. 2016 Plastic Markings/Araucto 8 - 2 April 5, 2017 Project Number: R00602 When the type of stop line replacement is identified as "Fill-in" in Appendix A, only the worn out portion of the stop line is required to be refreshed, otherwise, the entire length of stop line will be refreshed. When the type of crosswalk replacement is identified as "Partial" in Appendix A, only the work out portion of the crosswalk is required to be refreshed, otherwise, the entire crosswalk will be refreshed. SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings All existing markings to be covered by the new markings shall be sufficiently removed for proper installation of new markings. Visible remnants of replaced markings shall be sufficiently removed. Under no circumstance shall paint, plastic material, sediment, and debris from the removal of pavement markings will be allowed to enter the stormwater system. Removal of pavement markings shall be performed on the same work shift and under the same traffic control set-up as the installation of the pavement markings. SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(7) Reporting On a daily basis, the Contractor shall provide a report to the Engineer with the following information: a. Project location. b. Crew Superintendent. C. Date, pavement surface temperature (OF), air temperature (OF), rain free forecast or rain forecast checked via what source, AM and PM actual weather. d. Bid items, quantity and location installed. e. Traffic control used, including number of hours. f. Start and stop time of shift. g. Product temperature within the hopper prior to application. At a minimum, Contractor shall check product temperature within the hopper every 30 minutes of work shift and provide documented results for Engineer. h. Product temperature at wand where product comes in contact with the road surface. Contractor shall provide results at each marking location (i.e. at each leg of an intersection) Contractor shall sign each day's report certifying that material was installed per contractor provided instructions to Engineer. 2016 Plastic Markings/Araucto 8 - 3 April 5, 2017 Project Number: R00602 SECTION 8-22.4 IS REVISED BY DELETING THE LAST 2 PARAGRAPHS AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Removal of stop line and crosswalk necessary to relocate such marking, removal of "ONLY" traffic letters as identified in Appendix A will be measured per square foot of removed plastic traffic marking. Any other removal will be considered incidental to the unit cost of installed pavement markings. SECTION 8-22.5 IS REVISED ACCORDING TO THE FOLLOWING: 8-22.5 Payment All items referencing removal of paint or plastic lines or markings are deleted. "Additional Plastic Traffic Marking Removal", per square foot. 2016 Plastic Markings/Araucto 8 - 4 April 5, 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 6-74M Typical Lane Markings 6-75M Plastic Crosswalk Markings 6-76M Plastic Arrows, Stop Bars & Only Legend 6-77M Fire Lane Marking 6-78M Railroad Grade Crossing Pavement Markings 6-79M Typical Bike Lane Markings 6-80M Symmetrical Left Turn Pocket Layout 6-81 M Left Turn Pocket at End of Two Way Left Turn Lane Layout 6-82aM Sign Post Installation Type A 2016 Plastic Mark ings/Araucto A - 1 April 5, 2017 Project Number: R00602 1 10' 30' TRAFFIC DIRECTION 0 0 ❑ o ❑ o o O ❑ 4"GAP VARIES (300'MAX.) .. 5 2.5` 17 TWO WAY LEFT TURN LANE 0 0 0 o O o 0 0 ❑ TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 0011 8"WHITE LINE ° ° TYPE 2W RPM •r—TYPE 2YY RPM ❑ ❑ 4"GAP 4"GAP 1 20' �1 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 30' 30' 1' o q o I!L o0 00 TYPE 2W RPM 4"WHITE LINE TYPE 2Y RPM 4' YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE 6' 8' o a 0 ° —TYPE 2W RPM 4"WHITE LINE 4"GAP 8"WHITE LINE EDGE LINE DOTTED WIDE LINE TRAFFIC DIRECTION 3' 9' 21'(TYP,) 18"YELLOW BARRIER 1" 1" LINE !0� /DiDi 8 8 WHITE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED TYPE 2W RPM TRAFFIC DIRECTION DROP LANE LINE TREY BARRIER LINE S� 3 WAS�r1 Nares: 0 CITY OF KENT 1. RAISED PAVEMENT MARKERS(RPM's) = ENGINEERING DEPARTMENT SHALL BE INSTALLED PER WSDOT Z STANDARD SPECIFICATIONS 8-09, KENT TYPICAL LANE MARKINGS 9-02.1(8),9-26.2 AND 9-21 38296 ISTER��� DESIGNED ES SCALE NONE STANDARD PLAN S`�IONAL � DRAWN SPs CHECKED DATE 02-2003 fi-74M APPROVED cm ENGINEER Q o w 24"WHITE EQUALLY z CROSSWALK BAR SPACED z wu z g Lu (TYP) g LIU L4' I 24" tu W I I I. I I : 1 : Is' 0I w JI WI Ll I 4'(TYP) 1 I l 12"-24"WHITE STOP LINE. TIRE TRACKS(TYP.) WIDTH AS SPECIFIED IN THE CONTRACT TYPICAL 4 LANE ROADWAY CONFIGURATION IS SHOWN *GENERAL NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34. 4. GLASS BEADS(PER WSDOT STANDARD SPECS. SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ��FRE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 wA THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. F� e �0 CITY OF KENT t� w ENGINEERING DEPARTMENT KENT PLASTIC CROSSWALK MARKINGS 38296 Q w•exixorox ISTEg� ���I DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN�S`SIONAL CHECKED-69 DATE — ^^ APPROVED ENGINEER v_75 M NOTE: 1. LETTER LAYOUT SHALL BE PER WSDOT STANDARD PLAN M-80.20-00 3'-7" 0 zo S'-9" 3' 0" 0 0 ry 0'-6" Ly 9160 f, 1 _ J R` C f O G r4 jy .r TYPE 2SR(RIGHT) TYPE 3SR(RIGHT) IS MIRROR IMAGE IS MIRROR IMAGE OF TYPE 2SL OF TYPE 3SL 0' 6" 0'-6rt' I I 0'-6" TYPE IS TYPE 2SL(LEFT) TYPE 35L(LEFT) NOTES: 1. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION LENGTH VARIABLE 12"-24"AS SPECIFIED 9-34• IN THE CONTRACT 2. GLASS BEADS(PER WSDOT STANDARD SPECS. SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC MATERIAL. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE STOP BAR DETAIL F REY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF wIYI�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �- �� CITY OF KENT 0 ENGINEERING DEPARTMENT Z PLASTIC ARROWS, 8296 wAax�xatox KENT STOP BARS & ONLY LEGEND 3 '�' 0*4�' GrS'I`ER���1 DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN S`SIONAL F'�G CHECKED 6 CKED 9 DATE PZ/- 2015 ENG,„M 6-76M APPROVED " 6" NOTES: TYPE 1: 6" 1, CURBS SHALL BE IDENTIFIED BY A 6 INCH RED PAINT STRIPE ON THE TOP AND SIDE. 6" RED STRIPE 2. ROLLED CURBS SHALL BE IDENTIFIED BY A 6 INCH RED PAINT STRIPE ON THE UPPER MOST PORTION OF THE CURB. WHITE LETTERING 3.. ROADS WITH NO CURBS SHALL BE IDENTIFIED BY A 6 INCH RED STRIPE, �.✓ PARKING — FIRE LANE- 4. THE WORDS"NO PARKING-FIRE LANE'"SHALL BE 18 NO INCHES HIGH WHITE LETTERING WITH 3 INCH STROKE AND 8" MINIMUM PLACED 8 INCHES AS MEASURED PERPENDICULAR TO THE RED STRIPE. IN MOST CASES, BOTH SIDES SHALL BE 181'MINIMUM MARKED,WHERE LONG ROADS EXIST THE MARKING MAY ALTERNATE SIDES. MARKINGS WILL NOT EXCEED SQ'APART, NO PARKING- FIRE LANE NO PARKING-FIRE LANE TYPE 2: 1, IN ADDITION TO TYPE 1, HIGHWAY GRADE METAL (ALUMINUM',)SIGNS SHALL BE LOCATED AT INTERVALS OR LOCATIONS AS DETERMINED BY THE FIRE CODE OFFICIAL, SIGNS SHALL BE 12"X 18"3M WHITE HIP PRISMATIC WITH RED 3M ELECTROCUT FILM LETTERS, POSTS SHALL BE PER 6-82 AND 6-83.THE BOTTOM OF 6`"RED STRIPE THE SIGN SHALL BE A MINIMUM OF 7 FEET ABOVE THE CURB, SIGNS SHALL BE INSTALLED NOMINALLY PARALLEL 30-60 TO THE ROAD, FACING THE DIRECTION OF TRAVEL. DEGREES SIGNS WILL NOT EXCEED 150'APART. 2. WHERE SIGNS ARE ADJACENT TO BUILDINGS,THE FIRE CODE OFFICIAL MAY ALLOW THEM TO BE PLACED ON THE 3Nk{l 321I3 -ONI:>82fb" ON 18" MINIMUM BUILDING OR STRUCTURE. 3. SEE STANDARD PLAN 6-83 FOR SIGN MOUNTING. WHITE LETTERING NO NCB PARKING PARKING NO NO FIRE FIRE PARKING PARKING LANE LANE FIRE FIRE µ;- LANE LLANE R8-31 R8-31L TYPE 3: R8-31D R8-31R 1. DIAGONAL RED STRIPING ACROSS THE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WIDTH OF THE FIRE LANE SHALL BE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE USED WHEN REQUIRED BY THE FIRE FRP ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CONJUNCTION CODE C TION WITH R 6 INCH RED OFFICIAL,IT SHALL BE USED IN 0� "4YA � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �? �� STRIPE SIMILAR TO TYPE 1.THE R" c`T CITY OF KE T STRIPES SHALL RUN AT A 30 TO 60 ENGINEERING DEPARTMENT DEGREE ANGLE AND SHALL BE PARALLEL WITH EACH OTHER,THE STRIPE SHALL K E NT FIRE LANE MARKING BE A MINIMUM 6 INCHES IN WIDTH AND 35296 W.-..- A MINIMUM OF 24 INCHES APART, C e' r DEShGNED 00Kc w� IST � S�AE...E QNE ST;hIVDCaRCY PLAN LETTERING TO OCCUR AS WITH TYPE 1 � OFFAL � DRAWN D SPS SCALE MARKING, _.._.jQLy z015 r1PPROVED,..�... rJacaaaepz B' 1'-2" EDGE LINE — r _ LANE LINE OR 1' �lyp) CENTERLINE - r' f r � � r � :- 0 w ea y ri u F r, eui rn. a o L cr LU j£ it ul) CLLu rS 0 .0 l a w a — z % �0 2 24"WHITE STOP LINE LA E D* MPH 3' 4„ (Ft,) 4. J 25 50 co ifC 30 too ui r 35 150 % GRID IS I"SQUARE 40 225 C? r ,f r %' "R"DETAIL �n y�' 45 300 t"I ill 50 375KEY. rr� a WHITE RR CROSSING SYMBOL PAY LIMIT r; ;F *DIMENSIONS SHOWN INCLUDES X SYMBOL, LETTERS,AND TWO 16 ARE APPROXIMATE AM TRANSVERSE LINES Cl � rf 3 SYMBOL DETAILS 24"WHITE TRANSVERSE LINES 1 fr r i W10-1 ADVANCE WARNING SIGN VOTES; t (, SEE"R"DETAIL FOR LETTER LAYOUT 1. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34, 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC MATERIAL, jH Z NOTE; THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT m P 1 AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ws .,A ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT (3 1 r THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. �? CITY OF KENT ENGINEERING DEPARTMENT RAILROAD GRADE CROSSING 2 mG�1N7" PAVEMENT MARKINGS 38298 " ` wxsR,RaroR �0 I ST DESIGNED DWH STANDARD PLAN LAYOUT �5,� �C}"' DRAWN BB 'SCALE NONE ®NAB-' CHECKED DATE _. 6 7$M ENGINEER APPROVED u.j(D „ZZ it g U LL. 2 LL.0 Ow LLI 0 0 LLJ 0� 0 Lu z ce Lu ce Lu z V) Fn LLI Lu § m cc w z LL. 0 Lu inc: :n LL Ui (ZO I i IIIS-IE 0 z In- Lu am IT Ln Lu -- --------------- cc Lu z Lu L) Lu z z LLJ Lu ' z Ln uu 0 ui z co z LL' lz 0 i < 4- z ru ro j 80 0 0. ou 7 ca WO'm ui cl� 0: w Lu < cc F- >j 2 Lu c) W w Z Lu tA ui tt:Z4�w ui (n he 10 j 2Oh6 a gal r-4 Lu 2 0 ko 0 V) z _j 0 z z c'< in Z rL F_- Lu U) < cc < n Lu j a < ce -< Lu a u, ;2 z 0- 0 Lu 3-- 3: -G M U, C)0 S (n z NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ca �:d ce Q� (n 0 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE co ')� ce F R.&,v- < < U) ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Lu Ui t2'Lu (n WA z z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. o 3: :5 U01 ju— 02.0, L'ue Z U CITY OF KENT m: >, z <>. &7 0 ENGINEERING DEPARTMENT Ln ui 13C Lu Uj LU uj - uj 0 TYPICAL BIKE LANE 0 m !�i tc z <> < 0 ,1_ 0 T u W O� W......... MARKINGS Lu Lu ui Lu Lu Lu LLI Lu 38296 id �z Lu LuDwHil V) co < VLU) IST DRAWN SCALE DESIGNED NONE STANDARD PLAN SIGNAL ICHECKED DATE APPROVED- 6-79M I I t M Lrf Q. d Ln Z M m O zQ o� _ W 0 v 3 o X W W V n M J W M Z w W J O O n. Z d Z O W N d J O O= WWO W WO O ¢ ,r d � O Q LL- a a cc Z � Lu ti Uw w Lu (nz 2 ui zQ ULn Ga OZ � w �I Q Xaa� J W O � Er LL a W W O W "' W a d m ++ W Z(D F- lL c' d LL. J N vi wY"^ I I Z a p0 p 1- J J a p m z Q a I J O g�� 31 I ++ a f- W tn W z C> o I-ii tu z O u�i n ¢ w II � O x WJ _ u oG z mQ� Wes. Z ~ w CW7 LL' � n O OC = J lu oC .� a = O = Lu z a O L z m � I I JLu rLzo_ � w z M Ln Ln � W � J S C7 = Q ZQ C9 F-.. E F H Q u W Z d W Z Z w lFi. O J O W O ~ Q O W Q F N N N Ln N O ca o I N Y ~ tL a 0 Z c ~ z � OcnLL < � o Z in- = O O Otn En In p a- n J O �-- J d d CD ui H i J �� o H J a p W J O 1- J cC V) 3�: J J 00 ui J W N 2 J o ( I I NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT c AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �FFRE) ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. O CITY OF KENT ENGINEERING DEPARTMENT 7- SYMMETRICAL LEFT <~Y W TURN POCKET LAYOUT NT W a� dfj 38296 v� Wes NIMOTON 0 O �+� �GIST �' �� DESIGNED DwFI a0u(A �SSIONAL E��� DRAWN BB SCALE NONE STANDARD PUN CHECKED DATE Q OM APPROVED C7 Q+ca m 0 r- C Ln z � z Lu ul lj W n ZE w z o g N 0 ONLY NOTE: o SEE STANDARD PLAN 6-73 OR 6-74 FOR LANE MARKING DETAILS, J w } n J w CIDF O w �U 0 0 w z g z F- J a N NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE � � �Y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��og WA,gJ �l� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT r ENGINEERING DEPARTMENT • LEFT TURN POCKET AT END KENT OF TWO WAY It 38296 wee Mixorox w LEFT TURN LANE LAYOUT Deo "IST�y'� � DESIGNED DWH �SSjONAL E1�l DRAWN BB SCALE NONE STANDARD PLAN CHECKED DATE - 6-81 M APPROVED ENGINEER ATTACH SIGNS 30"AND UNDER WITH 2 DRIVE RIVETS, SEE NOTE 5 ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS,SEE NOTE 6 SEE NOTES 9 AND 10 I SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL 0 SIGN POST SQUARE 2"x 2", 0 14 GAGE.ALL HOLES 0 PRE-PUNCHED 0 0 o 3" CORNER BOLT, o SEE NOTE 6 0 x FINISHED GRADE X 0 5/16"X 1"SS BOLTS WITH V�VAS, 0 VA>VA�AA ° SS WASHERS 0 0 � T 0 \- -SET FOUNDATION ON f 0 UNDISTURBED NATIVE SOIL yy 0 OR COMPACTED MATERIAL j ° SET ANCHOR PLUMB AND 3 ✓` ° TRUE,SEE NOTE 3 0 i 0 CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT 0 POURED IN PLACE AROUND STANDARD OR SIGNAL POLE 111011 ANCHOR WHILE PREVENTING \/ CONCRETE FR \6"/�\ \ THE ANCHOR OM ENTERING MIN. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR 5. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER APPROVED EQUIVALENT. 6. CORNER BOLTS TO BE TL070M.JAMNUTS TL062 2. FOR IN-SIDEWALK INSTALLATIONS,CORE AN 8"DIAMETER HOLE PRIOR TO EXCAVATION. 7. SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS. 3. ANCHOR LENGTH SHALL BE 30",LENGTH MAY BE REDUCED TO 24"OR SIGN POST BASE PLATE INSTALLATION TYPE B MAY BE 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE USED;ONLY IF APPROVED BY THE CITY OF KENT.ANCHOR MAINTAINED BY THE PROPERTY OWNERS. SHALL HAVE 4 EACH 7/16"DIAMETER HOLES ONE EACH SIDE 2" FROM TOP. FINISH SHALL BE ZINC HOT DIPPED 9. ALUMINUM SIGN BLANK THICKNESS; GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B,7 WARNING AND REGULATORY 30"AND UNDER-0.080". GAUGE,2 1/2"x 2 1/2"TELESPAR ANCHOR OR APPROVED WARNING AND REGULATORY 36"AND OVER -0.125" EQUIVALENT. 10. SHEETING MATERIAL: 4. POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM 1011 WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M-120 SCHOOL SIGNS-3M DIAMOND GRADE DG3 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM 7/16"DIAMETER PRE-PUNCHED HOLES ON 1"CENTERS FULL LENGTH,FOUR SIDES. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �VFREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S pF WAS�r�� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. :~ 0 CITY OF KENT U Z ENGINEERING DEPARTMENT SIGN POST INSTALLATION 38296 wKE.NT TYPE A ISTEg E��1 DESI NED COK SCALE NONE STANDARD PLAN NAL CHECKED DATE 06.01.2015 ��Q ey a APPROVED ENGINEER v L WSDOT STANDARD PLANS ROADWAY DEL I NEAT I ON M-7.50-01 High Occupancy Vehicle (HOV) Lane Symbol Layout M-24.20-02 Symbol Markings --- Traffic Arrows for High-Speed Roadways (3 sheets) (reference for Type 6L Traffic Arrow Only) M-80.10-01 Traffic Letter and Numeral Application (2 sheets) M-80.20-00 Traffic Letters and Numerals (High Speed Roadways) 2016 Plastic Markings/Araucto A - 2 April 5, 2017 Project Number: R00602 ca w LU mo Cl LU Ji Cl w+Zuj o �� ,, l a v �C,p ZZ z 42 Fes- a�a z .. ...... .. r o-.zE M 0 . „ w i i 1 0 7-77777 NIV4 sddd ag �NIDVd5 139-d lS U0 xvw 133d OM:ONIOVds AVAAHO a _ N �y9 °s m N H04 N c $ L Vu-coQ 3 OQFQ In N n N 1F E z W U N 3 IEm�y'] /=to M O O Z p G� ix tL n O �y at1 w a C O•� '-i \•JI 3 Q 0 0 a C 2.E c 7���` 4 ,° J a W 4 W c N _m i� of .l O�L IL £ p° sF o rn H �'► E ° m . ~= a Lu 16 0� Ao u� O w n= cc 2 AZ` v W ad ON w"'m 110 O O 1 Ix f7 n K w Q �a N LL a0 W LL OC J }LL 4 K N F F 2 a SIXV.y.35dni3 W SIXV.S.3SdM3 W W XX ' a � wz NU w� p LL {ll � ZW m w �zi Ym v 7 rw ¢^ N w ZQ 1 0 R L7 I O-Zt C7 N m� Y s cc cc J fg� - ------------------ —-—---------—----------------- ------- ------------- - �Q N°O b a F N 10 W a A-9L .8•A .4-d. QIL �d =N 0 de Q Ow U m b Li W O-ZL 213HO131d ASIOD :A9 NMVHG N a O _ Oa N o V! Z o CL LL W m IL 4c y a N SIXV.V.35d1113 -� � = Q -- «B-r5 ---------- •'��'�� Z SIXV.r9.r 3Sd1113 r- _ .J Col.. wi a y H n -- zw 'll O I UO N w 0: O w w _y U _ ----- .--------- -._..__ _._._. __ _.-._._ _ L6 zi... t QQ . uli __. _. ... w F- b 120 H 1 J = G LU N O r «4•d- «B•.� K c� A•rZL �LL 0 w� a M LL O La LL LL K I-F �a SIXV.V.35d1113 O «0-,t .9-6 EO ro r SIXV.B.3Sdi-113 J a A•.9 y Eu A-Z .4-X 1 MV I a a I wLL a. I o y w - m2� N --- - ----- - --- - - ---- - - '-- - - - - -- -__ -. --. - -.- .........._ . a E LU Oa. _Zcc -a {mil w y W ZLL .4•,L .B•.L UO `a f i .4-A' «B•r4 r�0-.6 {' .0•AZ N3H0131d AS100 A9 NMVda 2 N m CL Q N o 8 a L6cli o '� v �o. odd � ` F gooZ ` cm ^nus a aa ' 8 oJU IL o a A V L p w 0 k mL6d y & W �� a `� � a a 2� Q oza brS HH� Q Ilk. cc w IL G3 C w �Oy �v g g,0 'O C Zoi - - - - - - ----- - - - -' - - - - - - -— ._ J Q W U. p K LL d LLQ. +! !! O Y m cr 1 2 _ ED b M SIXb'.V.35d1113 9 3 y SIW.S.3Shcll3 = .r-,c m . Z W Q LL U O w UO 2N uj w a, b - - - -- - - - - - - - � �y., - -- -- - - - - - w, - - -- -- - - -- - LL b K i1 -- UA Q CL LU U a G N N .�Y•d .9-d � � m .o-r - .9-31 .O-,c .O-.Oz 1:13HO131d ASIOO :AS NMVdCl -'-- o rz u> 4 van vy ✓� u cn e uj lurid O > "� z w E INOIFi-aN�.3 31OH:335 HOW p"9 C7 W � a of ,... ... . .... z ix tiLU p..` ... »..:.",....a.. .: . .. .�S�"7 ... Z u, z C`. l?s J r7 4 6w. u. a z ..b.....__ ____._...._ K U) 72i8VMN... ua ...��.....__.. ,.. HOH A ,9 310N 37S HOW X-s "z H�JVH.,ti-,7 350N-33S -.9� w r � �. LL L ..:,.MOy.....'�. ..1 ,J C6 W LU t ...._.. .., .,,,... ., ...... S83�11ll31 moddV ._.,..___. __._ ,.....,.. .. .... .. H31H.o 8 310N 73s "9114 w®- az WIC ........... bz � ... _. M uw. ., U .. ?, ca S2i31.131 S1i3,L.L3l s1a31131-3 H , H ......... ... ....A...»,�„. 09H�.S-A9:ON 33S 6i;71FB.4 ,8 '''..... OIH.A`�9 MOO 31S FHOIH A-,9 z „. I ,; a I. _r t OHOAAO VSI1 AH NMVNO _ ZO 7wo J z r ` IL g.' su ° walw ro a 3&QP{33S Jr}{ a s rp rf w ! �J 56 U. _ y a z w W Sb3L.L31 D91Z W NVld'©1S 'f71,2J333tJ 4Cl' IC UNA'S 4Jk"3wV 0131A CY i S2J31131 TJ3'.J.13'➢ �� l? w�1w ..'(J",D 31QN 33S 4{��w vlJ"r� I ......_ ..,..,:.:.:.®:,', ......:., „....,'., .. :;: .., Z r� oj— LD ....... - LD W LDW S2{3113I SS33ll31 �z w'DIw.....D.. .. 51ON 333...� ..,HON.p S. . I jJ . ..__......... ... ...... "�.,... S233Y13"1 �,�W wow o e � ti... _..._ .__ .... W W oz s 31J 3l NIN .A.,H'„18w .,Q�.:`.D 1. C 1 P z " z W W H044 a $ 31CYN 335 wOlw.„0-9 r S� P is OHOJAO VSII ;A€J NMVdG ,smo.u.anam�resoaa.m.aw•rr�uuwr Q ,eo°nas'm.umsu z,.r,swpomNuw,m C '"O O° B ixnrn�aa�:eaaw�xaxn,.,ex a..vs,u na. .� Q N s° Q Tip Z c 8 WJ0� W o C�z 4 H �Z m E ny v C c o t�Yo s� J E W IL o o dpd��r ;y5 a vp -p � �� �ZN Uz R 3 4 N S,831131 Si131131 HE)IH..0-,9 HDIH•A-.9 W x a S1va3WnH Q a .__. . _...... .. __. ..._.... HDN.A-•9 OCR `f LL O �a c z� d y koa a _oo o U) U. 3 Ul o S Q W 2 0 O ........ . . . . .._. . .._..... ..... .. . LL n 113OUll MAJ :AS HMVHO LOCATION MAPS, SIGNING AND CHANNEL I ZAT I ON PLANS 2016 Plastic Markings/Araucto A - 3 April 5, 2017 Project Number: R00602 00 CL - E C e a j rz _ r u7 ,7 Ca LU -LT -z I CN 04 am LJ � r I EDC15t i� tea so 0 v S 190 S6 del ,s 782 bf � f _,,,_Sj�rAea 1'' d4 f,At ' I 1 w' �( 1'.83 St,, a I, �s Y /y SV S 784 M VafS St d84 St ro. W v 1 all St 786 Sti 5 188 SC 1 "w'� CJ • »„ S 190 yCad.Sr < 193 St S t°73 Sr _19Y ,St 47 z i. S 194 St \ngle Lake C9 sass an 04 S'198 Si �` �+ LU S 2Q[}St f S 199 Pr y � f > O S4 � Of S 2174 5t 52045d � Co / tD + rn 5 208 St O s st zw¢sz 2 F 21 r sr girl pf S 212 Ss TCD r y y TIA 4^f r Q -Co M to r T Dj1 f „ruts S 71d,S.�`il ate' �y v+f S 216 St - S'71i SSI- ys PAGE 6 DOWN a 500 1,000 ,scFeet 2017 Plastic Pavement Markings Refresh 1 OF 15 0 Intersection Marking - Schedule I Corridor Markings - Schedule I Intersection Markin - Schedule 11 123 Map Key (see Appendix A) KE ON Produced by PavemenI.Manager;Joseph Araucto U,WXM2017 Plastic.Mir'king Pefresh Maphock,mxd Printed:March 2017 SW 43 St P. I J. .. r I a a S,rlan Freak 1)Ur 111 ;t wa t17 S 182 St I 5 782 Sa ryr � fs r®t s 0tS m� ' S 1ua St *'� .�. r@r t•� ' r"i arr sari i a 1t's5 p'X Gay r 5186 PI r S 188 St a i+ ier S, S aW.r St 5 Igo St Cd. ' S1 ki SS '{ SImSP S1:31.1 St Is hd,3 f f nL cn ' r S55S S 192 St fur n rr R 1t32�: e, ,rt 282R S1 'StW— (!I a S 16 St t— I 98Srt .. G,1`1ff 'M7 .� AI GP ` M CL. —B CC s z¢1rr 11r '= S 202 St S 20P2 S1 S'202,St e• S 204 St E. dQD c ; I r_ 14p�, p X Y U S,208 Str227 CtS 2t1a S4 +'dJ3p St 2119 Si 2o')5R za1;91 S''210 St i111 Ut :2uta1 ark a w�` ,�S2 PAc 1 IT k to >, I i <C < _ _. _ 21:1 PI S 213 St. co am iNr.2864 �... "''. a. �a S'2 7C'S6 S 216 St CID n ° l l� Dwvu� S1 u a Soo 1,000 F eet 2017 Plastic Pavement Markings Refresh 2 OF fig Intersection Marking - Schedule I E=UHMCorridor Markings - Schedule 1 N40 Intersection Marking - Schedule 11 123 Map Key (see Appendix A) ��� "KEN'T Prmikice:d by Pavei Manager:Joseph Araticta UWXD717 M'lastic Marking Reto'ash Mapgack nixd Printed:March 2017 I E-, 1 j SF 170 P cl SE 179 S1 I �F 179 Se —H—IIIC 1844,SI no—P, 180 8F 18, SE � m 82 S 3'15 P9 S 18,4 S� < Uj co SC 106 Sf 40 4, > < S 187 St t1j S'130 st g 147 FIJ > Uj �1—'—� :- co 1"l vrn SE 198 51 < S 51 Ct S SF F 189 Ct is.)P1 E U,I PiD st SE- St SE 19 T IN R W _LZI 31 S 192 Si —E E-1 9� Uj fS of Y— M'C5 E Lipp", F- SE 196 St rn7' 1 w Ln ER S tr1H St L0 LU M ry ,n < Aj _F t9l)N < Et200 St 2. r1. LU M —'>r�,.202-St eta st M L, SE g j SE 204 51 E—2 0=71 2N P� f .01 "[::0 S11 205 it EL "1 77 2Ni Pi V sr M '._. .rvd true`tr,{1 3 208 st e S 208SI M"(1l" 52 10 Pi 210 V, rk V) wy 4,211 t—ij I,t NOnet SE 212 St -,-I " V 7 > < SE 212 St SE 212 N I'j 4F Q U C' LIJ SF,;!u!;t S213 P1 S 213 i SE 2t3 PI n Ld > > < < SE 2 1 pi Ga — (D 2 W SI :AGE 8 Dom—[---ts, 0 600 1,000 1,600 Feet 2017 Plastic Pavement Markings Refresh 3 OF 19 41% Intersection Marking - Schedule I ,Corridor Markings - Schedule I 000'% A Intersection Marking - Schedule 11 123 Map Key (see Appendix A) KENT Produced by Pavement Manager:Joseph Araucto LIAM0Q017 Plastic Marking Re resh Mapnook 1TIA Printea FA arch 201 SE 178 i T"7pl ylb st SL 17�Y P1 SE iHo�;t 41 ISO$I > y t-81 1P, ti qr 1— Pr SE ws, S-102 St 5E I a I,jt SE 182 St Sj_ < S, 'L 112 St 1 S,P, SE 182 R I ft'i in c LU SE-tj to 4 111 SE i H4 St rTj V-,SE SE 1 F4 Sl s.I 8A SE T&I Pl of 18, > f < SE.186 Sd is,,P1 'T6, ;-2 VS,Pr C—O SE I 8F,Pt SE 186 P� 18ast SF 188 Si " 1 S189 C ok S, 87PI �2 F 8,J IL • SC IN3 R SL SE,1 4 0sa ItOpl 199 Pi N U.1 189 R q 0 P > < Muir for rs^uv ,r T90 P1 1RP1, 0 14A I, SE 192.5. & 1 t E 19 T P1 2 03 F � - ,, ,j r 192 St SE 193 Sf LLJ-A or 11 4 SE 15) iSE196 Sl M W 0 r- "I " P1 0, M SE 1198 St < Igs Ct 198SI SE I), 199 P� F 18 PiS c SE 208 St S,20 -7, st 2ol s se 201 S, 202 G% SI SE 202 N ]21 e 5 'S1 E 203 ll W dhb pi 0 SU.A)3 Pil S E 2W R w (V)N V 05 St U) 2Q1,Ft w 1pr tit T, 2. -wf Sr SE 208 St 96, 6 Ili P� 2� SE 2'12 SI Sx 2,12 Pi ;E 213 St SE 2 LU f —WY SC 215 E.2ili�s� -yam PAGE DO 0 500 1,000 1,500 NNONNEZZZZ�Feet 2017 Plastic Pavement Markings Refresh 4 OF 19 Intersection Marking - Schedule I 04owm Corridor Markings - Schedule I YN A Intersection Marking - Schedule 11 123 Map Key (see Appendix A) 1-00'KENT Produced by Pavement I`Aanaqer,Joseph Araucto UVADQ017 Rasbc Marking Refresh Mapbock ryixd Printed Marcti 2017 S 216 St 216PI 21 r }� t+?I ,.ice i • �Y 217 PI a oa S21SSt I a S 21S St ¢ ry` ei S 220 St t "' ". A e 7 2i ' r5.220 S,t J220 St a ,� r ,1"1e yr 2f7 ar u � 322 S 221 St P� '� 4 t <' S 223 Sh � ' n v 21 V 222 R a �z e A i a S 224 St S 226 St w �� 2�v n <C rzo ri r 11 S226St i r r4 99a. j c S 227 PI 7:1J PI V/ 1 Y S 229 St > a fe P +✓+ � 4 �. 5 228 St m y 231 a _ n 232 m� gas sr w 2 S 232'Si 23'1Y S 234 M c +• . c- 5 234 51 • + U) a. < .,.. CD cp, �.w...•,W LO 9.�'4P Sr tj q v EL 6 {f S 240 St a' 5 240 St 241 so ai 7 yr . IFS a 5242'St m� 4 N,' q ,1 S2:d2 St ¢ < 2136'1 516 S 243 St — S 243 St S 244 St r_ r cv S 244 St S 244 St 5 244 PI ,�..... 'S 24n Si 0.J 2n5 Cr r S 245 6>! ¢'r � an5c� S 245 PC' w rn S 246 St 4> L 4 S 244 PY Cq f °A cr7 S 248 St S 248 St T u7FL S 24 9^SC p*. S'74t3 Stl U, ry No .: "'v Qt �yw` S 249 St zaa 1'+ 1P' S 25u st S1,250 S 251 PI 5 2,51 5 r7 ,` rn 2Sti p1 Y�v C �7 co m P 150 Pi ¢.. 5151)PI � S 251 St a ��"� N 9251 SI 251 S 252 St S251 PI11:<v � _. 351 Pd 252 St 252 SI. S 253 St S 252.PA 253 5t m- 252 I d 25",P3 253 PI 1...+r... rn 25Z Pi. 25,1 St > S.?;) 4, c r .5sa,se 2LW zS�p PAGE 11 DOWN rt1 JPI 4 tf 00 1,04® iimF eet 2017 Plastic Pavement Markings Refresh 5 of 19 a Intersection Marking - Schedule I umlmmmw Corridor Markings - Schedule I YN Intersection Marking - Schedule II 123 Map Key(see Appendix A) KENT Produced by Pavement Manager Joseph Araucto U 1MXD2017 Piasbc Marking Refresh Mapbook.mxd Printed March 2017 216 st =�2 If,'S I S-2 I 6,S1 S 21 7 SI 218 St S 2.19 t U; S 220 Si Green River 22 Enhancement S2 Area S 2 Q� 2 TS224S� S224 Sr S2. St < L �n I ID' vi Dr S231 St �7 5 > S Sk "q < J 9 2,33 Si 2 '234 St M 181 w M n S 236,9� rs. c„ .> a Aj 678 237 < N1 2 p, R B 23 t �31 Sr o, :toy r� rag 1�11 �n 242 st P, T 7 516 s t , P, z U) 21B E; e9 w Meeker St" 11 S 248 St ee, S 249 St S 248 PI 250 5�l SR 516 250 il: w St my S2�A� 21, P� 252 Pill 2 '1, (9: ,,,3'St IiJ "�? 4 2!11 ill All �PAGE 1�WN 0 500 1,000 1,500 mnonm=====�Feet 2017 Plastic Pavement Markings Refresh 6 OF 19 Intersection Marking - Schedule I ammmw"Corridor Markings - Schedule 1 w-%410 1000, 11%. [A Intersection Marking - Schedule 11 123 Map Key(see AppenddxA) , ENT Produce,J by Pavernent Manager; aseph Arauclo WMXM2017 Plastic Marking Relresh Mapbook rniod Printen Mardi 2017 S,'2 16 S 2 63 St CD 210 Stt 5217S6 «may216st S219St S 218SI co C, > < < S 220 St 220 G1 S222SE Lower I S 22.4 St S224 St 0 hro ar_S226R 227 1 J, -S 228 St 5 220 51 % F, z S 231 SI '7- f z > > < Naw,,k L,,< co rz (0 S 23A St M r- 181 00 LLJ -n 221,P1 S 235 P) Sit 2 rn 9"N W C owv S, S1 < 5 2 P, James St I P 1,37 z S 240 St -1 SiD Ccx r Si N.P1 Pi E WS-,sI Z z Ran, T E r.—W"", < M 2732 Ili.7, VV Smith St 244 Sd Z W Harnion St W Meeker Sft MCr St a IN I 3i .......... —*T 14T KO' 7r SY S 2 6 P I Saar St SR 516 S St St SC WiH < LL>, T i�, 516 < In 25 1 pr < 451 M 31 V) L Lnwd SE 113 1 < IPAGE 13 DOW=1 'I[ < 0 500 1,000 1,5,00 Feet 2017 Plastic Pavement Markings Refresh 7 OF 19 Intersection Marking - Schedule I eow—Corridor Markings - Schedule I [A Intersection Marking - Schedule 11 123 Map Key (see Appendix A) K E N T NcKlured by PayemenR Manager Joseph Araucto U WXM2017 PlaStIC Marking R&esh Nlapbook rnxd Pnnted March 2017 7 "n, o CL E 215 St 21�6 St 21C S I St SE 217 IC ir'r7 0 SE I", 216 SI N� E ""SH 217 Sf �Y Hip �"!I t U, SE 218 Si SE 2 17 R L SC S, 9 I�,, SE 21$P� 2tt Il 71F T 6 F 220 SI �-��� r��u,_'� S 220 PraW. SF 219 n 22 PI 220 SE 220 R P" St y S 222 SE 222 31 ','I 2L 2,2;E 222 PI SET.St 6 SE 223 St S"I tSvlS, 2,15 st SE 2�, SE SE S 21(j St d A 2 2,5 SI ,1,26 sp 22GR J SE 226 St S, 4 < Q� S g SF 221 R 22 H 228 Sl� d 4 "r: .-,� Sr.22B S� St SE 227 PI 0 G U- 5�31 S, ,61 0 S 2,32'it D) SE 232 St Sf 232 St 232 M GA) Txf' < 21 11 213 pi Z 1" M 1-TCi m r,E 2 0) -4 234 ri LU M 21' St,234 M 35 S. R 15 235 M 6 q, 0 SE21C PI Aj P e. 23 P] W _LE 238 P SE 240 St S240SI "ET= z 8 SE.". 4 1 T PI < S213 Si V), 1, IN]'627 0 0 S Er§S�-!h St 2,14 51 S 244 P1 7 SI-24 244 C, L 245 dl T Ln 'i Y16 FE 24G P11 247 PI .......... 248 St E t �'j 2,5 24B C� Ll W A -5 5 Lo r;QMt1,,S� mlcl 13F 250 St P 516 < SE 250 Pil 11�— 1,1. NT 3 64 T E Ch1("q2zL---4 M 4 ro 11, 5 252 Si 252 St PI I",,j St IPAGE 14 DO]�LN� 253 St 0 500 1,000 1,500 mmmmmzzzzz�Feet 2017 Plastic Pavement Markings Refresh 8 OF 19 Intersection Marking - Schedule I I Corridor Markings - Schedule 1 40 A Intersection Marking - Schedule 11 123 Map Key(see Appen6x A) K E N T RtAuced by Pavement Managee Joseph Ataucto LIAMM2017 Plaskic Marking Refresh Mapbock nixd Printed tvlarCh 2()17 PAGE 4 UP,,, 5E 2 15 St S E 2 16 SE 216sr 53 r5 217 St c. 17 2 CI zprst .11011 1111 5t SE1117P, CI r SE 2tI ,P� 1� SE217 Ft La.{ L 2 18 P 1 2, SE 2 18 F ;" > SE 21 8,1�11 < SE 219 I'l w. SE 219 III SE.210 11 .V-2201,Pt 4 22a P, SE 22 22 rr Z%Pr A L A SE 222 8t SE 22 222 Pil 123 D, F E ud3 Sf 0 xi SE 223 Pj A SE2 SE 224 St S�E�22 4 S t s ')-'2 221,VI 5K 22r, 2 T" Sr".227 R SE 22 111 P!fir " SE 226 V' SE 22 22B SE 1 i"D M 230 SI of1 1; V, iH 0, SE :Sr st S SE 231'S' 0jY Sr`23T V Sr 2 RI233 91 r 233 St r SE 234 IiI SF 234$1 S E.-23,:1 S,t Lake JI )'j 4, � 234,R 2315 w l30 A, FCi 0 SF 225 St <:� .sE,rrt- -.t,t,i,_a 1a2 S'F 23,G S'C ..a+,,,rSE'z,�;,>{ _,n " :v! t L�j �E:lac Fl SF,2:1s pi SE 257 SR 7 P I SE N z3iI PI 1:117 0 23 7 2VI:� 2M M ,,u 0 10i SE 240 St 243 S1 2 1 S Clark Lake 2,13 PR E 244 Si � �n z�",Sa 2,zq St. .�� ut 7 146 IN < SE 7.17 St S 2 17 PI SEi. 1P 1Z d Uj j 151 SF J >F :21" <SE 2�5lpi 'SE 259 pp 252 R cli qP I'll)M I;E 212 St 12 W PI 253 S�r 'r —num PAGE 15 DO (1) 0 500 1,0 0 1,500 emmomEzz=�Feet 2017 Plastic Pavement Markings Refresh 9 OF 19 Intersection Marking - Schedule I —mm Corridor Markings - Schedule 1 Intersection Marking - Schedule 11 123, Map Key (see Appendix A) 1110001KE N@T Produced by Pavement Manager:Joseph Araudo I lMXDl2017 Plastic Marking Rcffresh Mapbook mxd Printed Marcri 2017 Co SE 2 16 S1 IT vj 222 St t P. SE 224 SIt W en E 224 St Jill T, �2 SE227St 21T III st —SE229,p SE t ST < Sli 2-v St < SE 232 PI zu L,, S�,233 S" M Lake J lie % r- SE—11-11SI M ��E 235 S1 ---------- P t6 R11 SIE,236 SIt SE Ham Lake UY <1 "I, SE 240 St C) �3 w 246 St 3 E 25 F't5 SS Ui 261 V) > SE 25 < SF 2�1 St SE 251 PI, 00 �GE OWN 252 PI2 0 500 1,000 1,500 mmzwmKzz==X�Feet 2017 Plastic Pavement Markings Refresh 10 OF 19 0 Intersection Marking - Schedule I ommm"Corridor Markings - Schedule I A Intersection Marking - Schedule 11 123 Map Key (see Appendix A) e'T'r Produml lby Pavement Manager Joseph Araucto UMM2017 Plntic MarkIng Refresh Mapbook mxd Printed:Mairch 2017 254 Sr aMa rar �...�� PAGE,5 UP S`'�:1 Hat Yak W + 211A St Q; 2S'S PI A R r 256 St 7 52,5'7 St � .5's8 SE � GJ t.''k 6".Y. yrt,J ��i it Ise 1 p7' 256 r I PI x 259 St a Y cr S 260 S! S HH)for - 60 Si S 18i I p1 s =1 S 7¢I S 2 S 261 PI S ,q,M- S 26254 421 z r W E'J 74;1 PA ��. �sarn5r4rtl l,ru r„vt C: > `r I{wvr{ra7 Wy Y „ a. 699 n S 20,6 St S 268 St :n f S�r;r3 Wr n .rr w. _ Jr,ls ir�l C`]tY1 XiDk V7. Tua t }r, e� S�270 BSI I S � ���St � (•y F fl Jry r 272 St III,T911 n S 272 St p�qryy M � EL K�o Sirw„Ike �`�da0d •7^.4�� � S "Fra Si In Star Lake' S:M St d .�, �;;1<,, rn 4Ga n ua ` r S SU'r Lako Rd S 277 PI a a }I f 'S280St ° S200SI "S S 2, Pt S 782 So S 7.82 ag — lip, J 283 Si s t{n ryl S 284 Si 57 So f Sri 's* IS 5 PI 'Q JN.S PI w S 288 S1 n f R n pp `3 20 d 5aIDS1 S2G1t7;t T"I Cn ,'JPii fil *mot 't s aat si 529f eg a 500 1,000 1,5Feet 00 2017 Plastic Pavement Markings Refresh 11 OF 19 Intersection Larkin' - Schedule I —Corridor Markings - Schedule I �w Intersection Marking - Schedule nV 123 Map Bey tree Appendix A} 10ENT Produced by Pavement Manager Joseph Arautc¢a WM)(L?42017 Plastic Marking Refresh Mapheck mxd Printed March 2017 z' / n , 51 mi 2` f r■f r i• '�Y S .`iJ pp x �' ni 2.56 S1 +4 ■ ! .M � ■ y -- F p "y mrr!6v �,a S n .'i eAeDa`fi � i a `t' -' f ■ g dad A N 't S 260 3t A i IY7 ., 'i dj ■ ep 2r1 s1 5 2ta2 5t I i S"2'G?SI cad I11.1t.l a. "j"6■ I u L in S 2 G 3 SI �; A �4fLYl r ^B II Y1 !,"! --. W--•-wr...�.«..1 ry �xa» R7 rv,. Ha!rdpl-WV ua 167 f - a nr, f c 5 S 269 St. G S!'YP➢tiE " '�`� a 0 r,l .7 r2r+iar '... .a. S 2'.72 St w 4r ,..�.. ....■■■■... r M N ,; ia' ' LLd m �4 >'L, ■ (L N r t; e a, N - 4_`w"Iar LrsF r S 217 m S 277 St S m., tF➢ S279 St , �'76rA. S 280 St rh r� rn d ry n .,r S dP9i1.F:1.Fli va „r � i ! ,S ltyt,!+,�t a S 287 St (f7 ....... ...ate U) �YUU44C� 2,. s;?l�l�t� 3.Pig S 286 rry 59 PI r>7 2gPA PY ,,r S 2S9 PI 2E1g PI vd x i S 2gff St 5<<9"I I 'o v aPo as 1,000 1,509 Feet 0,17 Plastic P'avemeln�t Markings Refresh 12 o'F 19 Intersection Marking, - Schedule I immm==Corridor Markings - Schedule I Intersection Marking - Schedule 11 123 Map Ivey (see Appendix A) .ENT Prodruced by Pavement Manager Joseph Araucto U'.W=2077 Plastic Marking Refresh Maph®ok,rnxd Pnntedr.March 2017 GE 7 U E L.,,,1 S, "2 1,ii 2 L I E"A L S 259 St f9 5, S 261 Sa ■ 61 S 262 St S 262 St 1,, -D U) 16,7 S 266.st jw1 3: M S272 S1 Ui Lij M E 0 ,n Un S 277 S S 2T7 S9f z 65, Eta' ti P 5; U) S 2H5 S St CC -E -0 U L11 Nx�-- 40 S1 NE 0 500 1,000 1,500 mnmms:zzzz�Feet 2017 Plastic Pavement Markings Refresh 13 OF 19 Intersection marking - ScheduIe I -Corridor Markings - Schedule I A 123 Map Key(see Appendix A) Intersection Marking - Schedule II KENT PFUCIUced by Pavement Manager Joseph Araucto uwxM 517 Plastic Markmg lefresh 171@pbuck.rvxd Printed,March 20 17 Z4,07,tpis":pajLjjjj pmA�rooqdLV4 qSa)J-qj 6killm"n1pul"i�,V071(Jyvvn ojormjV4dGSGr J;)5VUk?tj yUDWDAed Aq p000poid (VmpueddVe@s) A95jdojN m 11 alnpaqoS - buiXien uoijoesialul v I alnpaqoS - s6w�{jejN jop!jjoo ommmu p alnpE)qoS - 5ul�jen U01joesiolul 6,� :10 t4 4SOJIOU S6UDjJeVy JUGWeAed 011Seld LWZ )mq m co ooq'� 000'� 009 n as fie FIS CD OT, > 3s cn sis�ls m z —f-7777—as 41 Z 351, IZZ Is S z IS We RS 'Z Z"S viz DS LL v9ZI 1 rn rl I a, > 7 id ZLr,,S 7 1- I S Id 1 uj m m ile,J,l ui td Oj.Z 3S, ypy IS �S 0M^ "S, f 2� zi 9L b-03S co > m —L �F Zge 3S Cb 77 ?,,I 99e DS IS us 09e, JS M M 6 7 7w. d �76 s7 IS z��e 3T, -77d 9��z FZJ4�� �S 35 Is 7:17,71 1 LLvi �q 71W S 9\ eN i ----------- -- 252 R PACE 9 UP I] 252 PI52 St, LIJ-a x SE 253 S� 253 S� 253 Ct > 253 S1 SE 2 YP n w 7� < 54 P1 i �2 8"253 P] 254 PP254 S;, Vl M 255S E 255 P� SE 25.r St as N 2Cr6 PI _256 P1 Sr 257 Si 21, "I MST 0 2,57 P ;sari w =. 258 51 SE 258 St zWS 5E 258 sl 0 < w 255 C, —2759 St Y) 25D S�26D St 'lag pl> 259 P1 259 Pi _ < st SE 260 P1 259 PJ 2 260 St 1 6 SE 260 U, I 2V,1 St SE 2u I�1 ry 2b1 St 2451 PI SE 264 St 21,2 ZI 2�11 9 SE 262 S� 2 2 Frr— I -'\IL-I 02 v. - S :2 263 t 2 P1 "r 5E 26.1 M 281 Si Q SE 26,4 St P1 264 St ARE O 265 Sr -Fr--- --SE-- Li P64 P1 2b 5 Sl Z65 V, U, (n SE 266 S1 2 -T 66 St z 5 2C P A9265 P I r 2"1 J, LU 7 267 Pi 268 Si ,268.'St > -le? 268 St SE 268SI SEG-1176 < "t 210 St V 270 S� M 41&)�,N SE 270 St 2�jjj to 272$1yr 272 51 SE 27 0 ( qv 7E 212 P, E 272 j 72 R w�rj< 7 's SE 273 Sk 211 , 274 St IN .7 SEG-1 176A SE 274 St rn — SE 27 Y z75st 27 % SE 274& 0 '27a P) w 27 SE 276 St Sr'275 S1 27SPI < SE 27�j P1 277 Sk 9F 276 P� 276 St 27u SG SE 277 M J 5773 77 P] 277 P1 P1 ern rl SF 278 St '9 SP 279A .................. SE 28D St S1 2.St 2b(3 80 2 H St WW 281 st SE < 2$2 St I 28231 2- SE Y SE 282 St U3 S1 SE 282 St SE 28,;Sr L1/11) 84 St > SE 285 St U-2ff St SE 286 ui LU SE UL SE 268 St 288 P1 MLLI---m ■ SE 2an P1 SE 289 Si SE 288 St St SE 290 P[ SE 290 P1 IPACE 17 [7OWN� 0 $00 1,000 1,500 mmmzsc=zz=�Feet 2017 Plastic Pavement Markings Refresh 15 OF 19 0 Intersection Marking - Schedule I ---am Corridor Markings - Schedule I A Intersection Marking - Schedule 11 123 Map Key (see Appendix A) Produced by Pavement Manager:Joseph Araucto UAMXD12017 Piastre Marking Refresh Mapbook.mxd Printed:March 2017 z t�F P�dCE 10 UFO � SP w1 252 r 4 2.52 PC ,>1 4. "t P1 'anti tied 25 z 95 F, e 235 r'fn t4Y Sel 1=,fx Pi .Y W k l 5 5R 256 St 2s dll 1 y 1 r o F'1 2 �,8 St r er r w ,h'2J tart F !4 %tlFr 251 r S.�„P>fY,�t d ,54 S — lr ,yF 260 St aaQ `eta C2ti1 0 '�t k'u 4'a�t .�;I .r d r < Gza 1 SE 262 PI 5 r .63 +tl y V7 � :E ar,i P6 Sr 263 St 411264 t SF 26,1 wq A, 'E 2(r�y SY Xdi'Stl r ff r a n '/e-�ySE 268 St sP et Fyry�yG "�1 y+'lrwtr v erP +2 CL f �u M SE 27v a% Pt 21 S G-51602 �• 516 Kangley RCS 5F 774:''vt vn m r 1✓m u,r 273 S1 z"ra�� , a71 Ps d F 27., `21 7.6. SE�r.F>qy f a. SE 27F � ... ti.. .".�. s 5FR �..rrrw ::7S Falld A.�,t; M �G. a�x 7fr i."rc ,r fku I"ap ;k.276 fi C 6 P1 �• w til r nTy 24 i 147,a ws'S'al 2711''1 00 M 2M P] SF 278 St ry M� 1 t17 271 St ,P zrsria;�r °`L 280 Ill ,7 279 Pt S2f�p_ p ✓ eul rry 2a,�ti t �T fL � rfi .m � dS PY I rs� �, ,r W vim` ,. ry SE 282 SA. 9Sr 232 St v ,E282IN�f r�a�2{5,7 PrV 5F 2Ff4 5t ,' rr qT . - U „I n < ur Pr SE 287 ON, SE 288 St 28" 0 500 1,040 1,5002017 Plastic Pavement Markings Refresh 16 OF 19 Intersection Marking. Schedule I Corridor Markings - Schedule 1 Intersection Marking Schedule 11 1128 Map Key(see Appendix A w K _ ENT Produced by Pavement Manager Joseph Ar'aucte UVOX 7017 Piano Marking Refresh Maphauk,rmd Fronted,March 2p17 'A s� PAGE 15 J, -L--'-L7q r 2 7�IS I w 272 St — 272 SI - - SE 270�� I if Pap ° Ff, I C�2 7��PI �C V3 5F�V.7 R L V1 SE 273 S1 SE16AlAV W 2r4�';l SE 273 PI 71rG-17 F-27,1 S SE 27 < 4 Y 27F St 2!4 St SE 274 St t. < Uj L 0 Ct SE 276 St St 2�5 St t! 0 sFx 2?6 �7�j PI 2.76 P� ELI SIF 276 SI M SE 277 St, 277 St I UJI Sr 277 M S 277 .77 R ?�77 PI SE 278..St St u. S1 SE 25r.751 280 Ct SE 281 S1 ■ T11 yW Ljj w Sr'294 St > CO w M"i S1 ZRII St SE 266 P11 LU S E 287 St SE MH 9 17 SE 288 St ■ SE 290 St IX M Pq SE 290 P1 44 SE rw pt ra c 295 St SE 29C P1 ■ NY SE Ell Co > tdS dX sr.2198 R CV UJI W 7j 6: > y X, 299 w (4 -1,0 W > ,I lj� GF AfQ S! JrQ 0, 31M-trud SE 304 S SE 0 Soo 1,000 1,500 wmmw==�Feet 2017 Plastic Pavement Markings Refresh BRIDGES- 17 OF 19 Intersection Marking - Schedule I ammmmm Corridor Markings - Schedule I 00001`1%.40 �. A Intersection Marking - Schedule 11 123 Map Key (see Appendix A) KENT Roduced by Pavement Manager Joseph Araucto WMIDOW Hishc Marking Fie fresh Mapboak.mxd Primed:March 2017 ca r� Fr l qt M....,. ......................................_.._..... All M SE KENT-KANGLEY,R, M M s 'Y RD f u� uy ni r M C7 ar �; vy 0 N sE276S1 0 Maple Valley s �rrrr,sr 0 500 1,000 1,500 Beet 201 ' Plastic Pavement ent Markings Refresh CLARK SPRINGS-18 OF 19 Intersection Marking - Schedule I Corridor Markings _ Schedule 123 Map Key (see Appendix A) �aT Intersection Marking - Schedule II Produced by Paveunenl Manager Joseph alraU= 0.1:YM7 D2017 Plastic Marking Refresh Mapbook mA Printed Marcri 2017 t[or qojLIVj:poIijij,4 pxuj Ooqdep qsw DH E'UIXJPA 0115LId Li(1mmm wilviv wasor:jpououvi wau*Ard Aq pamlpwd JLN3x 11 E)jnpaqoS - But 0 (VxipuaddV,?as) Aa>jdE?" czt, �jeh uoiloasialul v ainpatpS - s5uilieN jop!jjoo. I E)InpE)qoS - oullie" uoiloesielul 0 6� dO 6 NMOINMOO 4SOJI011 SBUI)IJEW IUOWOABd 011sBld L WZ 00 4 009 0 IS 69Z S Id > < U) Id JOIJUD JOH 3 13 Ct) Cl) W II > a 0 co,I > CL > < >< 3 < < 11 [��-iWlj �FUJNI j Mq% U to c Oci�l IS SHIM ot,< 9�9 id z IF IS jees fir-,� > Iliql kljaq� IS 'A > < �Is:v1,410' js" A16 IS amo WAGO 9lov',LM 60F,INII N, TS-1 an AA Mli"! is is as M 'o OUZ-I NV Is �3 ';iM < AA N P)UAA z > IS LIOGI z tlR m ql!tljs t'HHvINI 0�31C-i M Y 541.ws Ep6,'9Pd'I ea Z OCH�iNl n Is I S 0 ki Md L U 7 �G UellimUN1, ;J1 3 i > �l -- I Z� f 7 Is"'ws <z > > < �s�Gauolj- t < k-1 sawur AA z z z I FF IS lepoo "T A is UIS WDAM, LUZ ilJl Is SE)WU 0 j 3 M �d GVe S > > < waq > S" Is UZ S < 0 t�E Apn (n Id 22z s luy A '"I, ;S LMIJOIN M s E-Dll� S 9'' < > I d 912 ay z < CD rn M Z z 06, Id N:i Id 9U x", is aloo oa 41 VEIRK-M co U �LAON <> l > < z < O a U � 3 N C Y O �'. U U Y O ro C' E ai w (U 7 Y Y N W O m J VI VI L C Y Y N u0 CA U U a+ Y 0 s d 3 c 3 3 N mOD to N r � (Aal O Co C C O co fl. N N N C C I l_ O F-' I E E m O a0 Ln O O c r o w C C a a+ o o o w co LU O C Y Y 0 yO ! m K N Y m O m o } o` Jr c 3 as ce o a c v c c 3 `m 00 r ° 00 m o m 0 v U U u U a U CL ¢ HSZ adA (Lpea)mo.Fjtl 14MV I ' 15Z adA yea moa F a 4 tl l i (is) o d T 00 LD o 0 w aaeldaa o;�ilemssoj:)jo east/•}s3 `° `O -41 N v z x juawa3eldaa Ilemssoaj;o ad A `.L a 0. U- U- U- U- LL G _ 1 Z LU 0 CL C puagal rrAINO„ Q N I I I a: LU puagal„Hd W SZ, Z w Y (Al)4Vual Bull do;S•3s3 '^ ` N d M g j (sapu!)44p!ry`au!l dojS N N N N N ;uawaoeldaa Bull do3S}o adA.L LL LL LL LL n n c gal uo!pasaalul r., LU z L. LA w LU aged deVU .�-I ; N r, w tD 1-� Y C d cu ✓ a+ Ln Ln QI L cr N r-I .--I 9 d N N ¢ N Y ' VI V) 00m Ln N cn N M VI VI V) VI \ p G r j LD lN0 N Ln '� '0 00 00 LU > N N N U VI 0_ I D- N N cn m m N N > i 0) N r/I N VI N VlLn cn Ln Ln co Ln Ln v aJ N VI cry '0 ar Q Ln ¢' tA Q ¢ m w Q ¢' CD N lD a �D a N N al > > i Y J Ln cn , m v v Ln 1 Ln G a cnrn rn CL tD tD i �--� N N N N N Z F- F- F- F- F- F- F- F- F- F- a Z Z Z Z Z Z Z Z Z Z i a o L N I v a D I I Y I v w I 3 f9 i c c Q L OD : i c O C C u O [0 — a) w c Z m 3 m m Y - Z i c Y L Y ,- dp ,_ Y i Y p r O Y L CL n C co o YO o —i co L C uUo u cof Y m c w oLLJ V) o E v Lo x c r- Y a N OJ a 3 a J > > ro o in o z E E E w O m v fu HSZ ads( m (43ea)MOJJV 14211 JSZ adA cn m N N NOW MOJJV:Ual I i I I I m cli m M a w aaeldaa o;jjemssoj:)jo eaad IS3 N N .+ O1 N Z OeIVEd X ;uawa:)ejdaa njemSSOJ310 adA LL U- Li Li Li Li p I z 0 I j W o G uaga pl„A1N0„ �+ o. i I I Q N j Zpua28l LLHd W SZ,L I £ I w (jl)4;dual aun do;S•;S3 N n a m m m i I a (SaWw)y;piM ouil do; N N N N N N N N N ' I i (u!-II!j/Ilnj) — LL Li li LLL Li.. > > > ;uawa�e�daa au.1 do;S;o adA LL U. LL d a dal UOI;3aSJa;U� w z I Ln z Ln w i I w 2 � I o aged deW co LO l0 W W lD LD ID Ln N n n C N u > Y Y N Q V1 Ln uvi 00 to p O) LA Y 41 i Ycq G a N N N N N I to D) m en $ ++ > N N N N N 7 rl N N �•i y m V) 1 V) V) V) N 7 V) VI N L- a VL V) V) V) V) 0 V) V) VI V) LN 0 C > > > > > > > > > > > a a a a a a a a ale a a J v v v v It 't v v LD 00 00 J lN0 lNFz-0 wN ID WO lO0 lFz0i- W CNO LO N 1-1 O O O O O m m N L0Nd :Id Ln 1, n n n n n n n 00 00F.-,ZL C N NN NNNN Ni o z Z za-I N N N n: (p L L L 7 3 3 7 � i U u ( U I u m m 00 '�. c a a a a y n m j X a a a a a a a n I 0 0 0 0 0 a c c c c m a _ I c a c m io io m f w m C a al f0 > 0 a c C C z m y a -C N fa fa f0 ZI O �'' oo vl v, v, In O_ i a 0 L a Y_ a Y a - a Y �- .ti C m f0 fza f0 f4 U O L 0 w I vV L O VA 01 N O 0 +O+ a - L ' r o c a c 3 c 3 c 3bjO Z � I Z C C H C C •L c � c i aXi 'D aXi -0 w 0 01 -0 o 0 3 > a a m a m a m a m - o c 0 0. o o_ o n o o. E ° E L E E E E E E E E /Z� L fa r0„ cu m 0 ` ` co am _v 215Z adA (43ea)MOJJd 1421H `i N v I , JSZ adA N ro 7rO N {4aea)ma�tl�ya1 I I (is) o o o 0 0 0 0 0 za3eldaa o3�Ilemssoaj;o eaad'ls3 m M 00 m N N ° N (lel:Wed/Iloj) x ;uawaDeldaa jjemssoj:);o adA LL LL U LL LL o Z aG pua231„AlNO„ N Q � N I X Z pua281„Hdw SZ„ I E W,I6 t6 (jl)412ual cull do;S IS3 Cn 0 lD cD M m M N N (sa43u!)41p!M au11 do; N N N I N N N N N N o fuawa3eldaa cull do;S;o adA LL LL LL LL li LL LL L6 U- � CL r% gal u017pasialul W Z Ln Z W Ln W '$ W W W aged delAl c j < < o ; a j c c Q c •Q' N `r a o o C `O t a o u > C c C 1 a t t zm C t N Vl t%1 Vl V1 Vl Vl j fp fy0 I L f�0 e•, N N N N 'L N eW-1 ++ ? m tA 00 00 00 00 a+ N N N N O N N V to VI t/) to N Vl Ln VYl p y\ L c y in vl of 0 vl (A vl Af ++ a C Q Q Q Q Q Q Q E ) fO zLn fO oc 'to t LD (D LD tD % z � z z C n n n n oo m v 0 o .� ul n o a lD lD lD w n n ao M M M CM M �C 0o 00 00 0o 00 0o 00 01 M 01 0) 0) i N N N N N N N N N N N N F- F- H F- F- FL H F- H F- F- H s Z Z Z Z Z Z Z I Z Z Z Z Z i a 3 3 3 3 3 j u u v v v g c a v O O O O Y N O O a N to C O) 0) m m w C Z 0) 0) C C C C C m CU C C ,C1 •C1 •CL .CL L l> Q •CL •C1 O O O O � .O L O O to Vf N ! N E C C �' N 1A NN N N O GO E C N Oil C c c c c c m w c c O 'E > H N VY1 N In Q N ly/1 ly/1 a+ c c c c c c Za a In Vn Y u -o ro m ro au ,4 m m m CL CY a Q3 Q a 0 — 3 CL O H o o o l o v m a 0 N ,n �, N o w 3 O O tY/l O` N O` '� h OL ; H OL Ou U 0Jt}'if y.• C u Co u OCo U to U ' > uu Co u € to U _ p Q C C N m a l ai _ c c c c 3 0/ 'O 0) O Cu "a a) 'O v`ni a+ n to O X X N C O C N C O C O U 00 O C N C > CO > (6 > M > m U i O c > 03 > M O C1 O C1 O Cl O C1 H Y Z O Cl O Cl E m v m d ro d r Z u o E Q v `�° (U m 2lSZ adA (y ea)monad 1491H i l5Z adA (pea)mojjv dal (ds) o 0 0 0 o O O I o0 0 0 a UD ko LD v v N 1D Ln LO Z 93eldam of�llemssa�;o eajd•;s3 �-+ -iN N � -i Q Q (1e13ied/Ilnd) > > 3 3 > > > > > > X ;uawaDeldaa jlemssa3;o adA LL LL LL LL LL LL LL LL LL LL LL O ! _ W 0 m o puaval „AINO„ f- I W g puaal„HdW SZ. z I - I (jl)41gual aull do35'ls3 m LrIjn o kD m m m (sa4:)ul)41p!M aull dol N N N N N N N N O c - -- - -- o (O!-II!j/Ihd) 3 > >r 4uawa3e daH cull doh o adA LL LA- LL LA- LL U- LL LL I S a I � dal uolpassa;u! z LL z v> w v, Z in aged deIN n n n n r, n rn N n n P- r_ Y O y c mLn ai C Oy v p N n� i cu E L 0 AAI vi p O > \ Z Z E Q z > > h U U LD Ln Q y c0 > Q Q 00 3 �m +� a c p c ,, ! Z Z Zn D Q c> c ¢n w t m MQ Q Q QZ Q Qv) Jo I- CA -i LO Ln rn N V1 O lD Ln Ln - N tD _q n 07 01 cF n co r I V1 Ln 00 01 O rl Y C71 O O O . I N a i e I .I M M a fn M fn M Z Z Z Z Z Z Z Z Z Z Z i a u u u m m d d v a O O aJ N I w v a1 c C ai _ = C CL O O O- a+ i+ O N N Y fa fa wl r C C N O Z a c m ro c ra N N ro a1 G ra O O O +O+ O 0 •O VNi •O N bA u w u Oo u c c 3 c y X C X = X O O w tn al O a) al C J > m > ro > ra Z E E E E E E w m m L ` t j HSZ adA j (43ea)moaab 14218 N I ; JSZ adA I (43ea)moiiv:}al I E (ds) O O O O O O N T 00 00 00 1 V) LO tD to to lD tO O N N N N Z aaeldell of�llemssoa�;o eaad'js3 -1 � � -4 � � N -i � 14 a bc (leltiled/lln3) — — — — — — — — — — — — X_ ;uawweldaa Ilemssoi:);o adA U. LL LA- LL LL 1L 1i 1i U- Li 1i p f Z uj Ix G pu02al4AINO„ j a a h � — X W 0 �- puagal„HdW SZ„ z - LU Y (J1)432ual aull do;$'IS3 rn N N M v a (sa4:)ul)44PIM aull dol N N N N N ry (ul-Illd/llnd) 3 3 8 ;uawa3eldaa aull do;S}o adA LL LL LL I LL LL a _ N n 0 dal uolasaalul z (n z v, w 3 w v, w z V, I m abed deW r r r r r r r r r r r r ! j I � Y I c � o N V) C > Ln V, W H of m C Q Q N a) V) tw N N N V) cn a of m m = C a a) = = Q Q d o p y Q o C7 of)i w o) aj 41 �.I °C cn rn N z V) 0 u + \ \ > > > > 7 Y Y i� C \ v, v j d Q Q Q Q a m rn m al N N N l6 l0 fa f6 is a) a) a) w > 0o s+ .+ .N a+ a+ O O O — I i C ai m w a) a) l7 C7 l7 ei W W m u u u u u W W W rJ `J. r-I 00 N l0 0) V, O � V 00 00 00 W al N m ' 00 0) O 1-1 —1 � —1 V O Y m m m m m qT I d a IT : a CL m m rn m m m rn m m m m m Y R F H H F- F F F= F= F- F- F- FL 9 a \ \ cu \ Qu ` 0 0 a \ � � & \ 2 § § ' _ \ 0 E in \ tw \ k ' . » LU \ 2 � § $ { + ° \ ; / _ k E ; 2 ; GzOdA (pet MOJJV NOW \ ]5 a (pe)#o V�] ^ us 00 o 00 go � « W ct gee m mll 7 P e d a■ ­ r q q - ) R q / S S « (le ied �) } } } } } } } ƒ U. } § m wawa�al��sJPaA , 2 § o C Puaval No, CL § P2&1.Am 2� / (a )gam Dul p2 q N < 2 g \ � _ § Sul) .1�l 4 4 (N \ 4 Wameejd a au d ee aA 2 U � U U_ CL 981U01 s mm R L : ( z L z Ln R z z ui z \ - Oged aw r, r, m m c j z E § § 1 § 1 � � m § \ \ \ » k / > ; � m � » 6 I : g k m $ @ k / ; ] ] 1 ] ) ) § § . # § ui % LU L U 2 . z6. § Ln e : § 2 > « V) 1 V) c » c c \ b e k £ e p � \ Ro. § S \ 7 z I z 7 z E z ` o ; § LU L , L 3 § k Lu k � k L k L J ui LU L / \ j ; � � � » �� \ N / m § , # o 00 r4 N N ; (N # 0) # _ $ 4 Q $ $ $ $ $ % m $ q ƒ k k k FL k % � � \ FL k k k � I � o I e a C f6 � c aj y a v y I 3 « c Z Y Ci N O E ` J LA 1= +cu+ Y_ U y f6 dl J X I 3 � O I 01 t O O C in N ID to r y 7 O O C O CL o -C u ++ O N L U O 4 HSZ adA (43ea)MOJJV;42!a N 1sZ adA (43ea)MOJJd;}al Us) 00 NQ1 N _ �._.. _-r I 00 r4 00 Za3eldatl o;4lemssoa�;o eaad m '" _ G003 cr GplVed/IlnA) x ;uawaDeldaa�llemssoa�;o adA LE ' LL U. LL LL a LU o z IL O puaSal„AIN0„ IL Q I � W I zpua2al„Hd W SZ„ Ln (A)41dual aull do35'3s3 � v m CN V I 6 (s843ul)41p!M au! do; N N N N N ;uawa3eldaa am do;S;o odA LL LL LL LL LL i i I N I I n i Sal uolpasia;ul Z 3 W W I Z LA W Z Z In Z 0 aged delAl o0 00 co 00 00 m M Ln Ln m I I I >Q III N d VI ' N H 41 y y dl C N p In O O V) N 1 1 eW-I n n o 0 \ N iC0 N }}?- ( ` 00 W W W \ \ a+ U U N \ 7 �- NO N In v1 V1 VI W W N N 0 LA W W W m i 3 7 m \ \ \ QJ C C \ VI V1 In C r Q < Q @ O m Q Q Q Q r W W W m 0) 0) W W Ol a--1 .N-1 1-J > In a In LA -4 co i Ln Ln m n o di to in LD N N m 00 O N n I, n X 00 00 00 O1 0) 0) 0) O O M I� n a Ln Ln Ln I a Z Z Z Z Z Z Z Z Z Z Z Z a' i a 0 00 u 0 Ql 4A Ln 0 0 0 Qj 0 tin ro E m kn 'A 2 HSZ adAiL (43ea)MOJJV 1491H Isz OdAl (q:)ea)mojjv:qal (is) 0 a 00 0 00 00 cli co 0 ;r Ln w N I:T �T IVrq N0) N tD -:r 1-1 1-4 r-i r-I mr-I 1-1 a3eidaM 01)IIemSSOJ:)10 MV IS3 Z (IeI:Ped/jjnj) 3 J- Li- L.L LL- LL LL- L:3 L- Lj- LA. LL U- juawo3eidaH jjemssoj:);o adAl z z Lu 0 ae2pual .AlNOII Ln LU PuBBal .HdW SZ. (jl)qjgual aut dojS'Is3 Ln (s8430 41PIM auil do; 10 4uawanjdaM ou!l doIS;o adAl gal U01138sialul LL, LU z VI wz BIBd deal cn cn m 0) 0) tD UD LO LD w W tD N CN rIj .2 LU uj tn G. E 0 V) V) (n V) V) (A (D m M O c0 0 0 0 N 0 0 CN rq rq N CN to Ln (D LD CD 00 tD N N N rq N N rq rq CN r4 N N .2 uj ui LU ui w w LU LU uj ui LU ui 4-1 En Ul tA (n Ln Ln V) V) V) NLU uj uj LU LU ui ui LU uj ui LU uj L V) V) LA V) VI Ln V) V) Ln 0 Ln V) > > > > > > > < < < < < < < -t t- r, 0 0 1 N rn en -:r r4 C%j N N N I* vt I lqr V dr Rt Ln 0 P- r, 0 0 rIj I C) 00 00 00 r-i GI N NN LO Lo r-I -4 P- 0) 0) NLn 0 0) 0) 0) 0 0 r- r- r� r, r, 00 00 at CL Ln Ln Ln 110 %0 LD w w FL F�L Z z z Z 0 m m a Ol O z NSZ adA (y3ea)MGJJV 34pR1 lSZ adA (43ea)moaa+y dal Ln (3S) z �weldam of Ilemssoa ;o eaab-;s3 (lei ;ied/ilnj) — x luawa:)eldab nlemssoa„o adA LL G Z a a � puagal„AIN0„ � x W v F puagal„HdW SZ„ z W C Y (jl)tiVual aw do;S•;s3 s (sotpul)41p!M au!l do;S 0 N N O 3uawo3eldab au!l do;S;o adA Q Sol uol;3asia;ul z $ 0 aged deW g m C 2 O u 4j o. a � � o N rl N p p W 2 N u, u i w w m LA Ln > d 0 _ � c � w Ln00 O a 1p � H a Z a a ti 0 m m a i i yl � Y Y� Y �, aJ a) W Y Y 1 u u 1 u u p O 010 Z Q. Q C- c CI c Y Y Y 'I ! QJ N a) � a � C C C l0 f6 fC J J J lSZ adA (43BB)MO.JJd 1481 C7 °� 'A Ln Ln n E ui �� w p � a O LU a p m Q Ln a Cc a, O > O c� a N C Y 0 i Ln V � � u � O n W F- `^ NiW a N c t > cy / Y = c � iQ o tD-D 4 N 'T; C o M W -4 N •L V) 1-4 Lr) / i.i C O r-I m Y Y �H C_ V) W OLn Y C IA a m u lD 41 It! iR u N I O n VI .-i cn o N W C G N LN M (0 Ln z > L d+ dN = ate. 4� 0 V1 ri V V) = CA lD p� u Y ri LD!r ¢ -i Q. r; r�l a V) V) NIL i 6 1, r ow( �� r z 2 i °011,% it/oai llr%% ol TC I tn wz 10 r / GC)0 O> Ui Z N� ur ry -u z a 08 3AVINVIS S AVM3AI © „uy z� n z 14 r r r,F p /f/ / a � w z WI!I 2 WOO* Ln Ile rn 0 > sht / I i r ICAJ i r%�%f 1/%' ri Ad TRAFF I C CONTROL PLANS 2016 Plastic Markings/Araucto A - 4 April 5, 2017 Project Number: R00602 i i CHANNELIZATION DEVICE SPACING (FEET) -----WORK VEHICLE TAPER TANGENT (OPTIONAL) 20 20 ..,..,.- DISTANCE ROAD TYPE BETWEEN SIGNS '.,....., (ARR FLASHING c naN) URBAN 2 /30 MPH 200 FT'200 FT URBAN STREETS RESIDENTIAL & lit BUSINESS DISTRICTS 350 FT 350 FT I L 35/40 MPH RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A I IE MINIMUM TAPER LENGTH =L (FEET) SZ CLOSED LANE WIDTH POSTED SPEED (MPH) AHEAD (FT) a (FT) 25 30 35 40 45 10 105 150 205 270 450 ROAD l 11 115 165 225 295 495 I ( WORK 12 125 130 245 320 540 AHEAD W20-1 I GENERAL .NOTES' Pc ms] 1. ALL SIGNS AND SPACING SHALL LEGEND CONFORM TO THE MUTCD AND CITY OF KENT SL SIGN LOCATION SPECIFICATIONS, 2. PRIORITY PASSAGE THROUGH WORK (TEMPORARY MOUNT) j AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. TEMPORARY TRAFFIC 1 ALERT METRO TRANSIT 5 DAYS IN ' ( CONTROL DEVICE (CONES) ADVANCE (IF APPLICABLE).. 4. PROTECTIVE VEHICLE RECOMMENDED-MAY C:j ARROW BOARD BE A WORK VEHICLE. (FLASWNG CAUTION) 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. .I fi. ALL SIGNS 48"08" BLACK ON ORANGE PROTECTIVE/WORK UNLESS OTHERWISE SPECIFIED. VEHICLE 7. CHANNELIZA7ION DEVICES ARE STANDARD TRAFFIC CONES. 8. ALL SPACING MAY BE ADJUSTED TO PORTABLE CHANGEABLE ACCOMMODATE AT GRADE INTERSECTIONS MESSAGE SIGN AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND BUSINESSES. 14, � 000 2f)17 PLASTIC KENT MARKINGS PROJECT CITY OF KEN' S rrrs ExHiBrr ENGINEERING DEPARTMENT DATE kkkR 2016 L LANE I 1 �I i i DISTANCE ROAD TYPE BETWEEN SIGNSLj A B C ` URBAN WORK VEHICLE URBAN MPH 200 FT 200 FT 200 FT � � (OPTIONAL) URBAN STREETS RESIDENTIAL roc BUSINESS DISTRICTS 350 FT 350 FT 350 FT 0 35/40 MPH ( �' � � � ARROW BOARD RURAL ROADS (SEQUENTIAL CHEVRON) URBAN ARTERIALS 500 FT 500 FT 500 FT 45/55 MPH CHA TION DEVICE L SPACING FEE G (FEET) LEGEND TAPPER TANGENT SIGN LOCATION 15 (TEMPORARY MOUNT) TEMPORARY TRAFFIC CONTROL DEVICE (CONE) 50' oil <*1 ARROW (BOARD (SEQUENTIAL CHEVRON) PROTECTIVE/WORK A VEHICLE PORTABLE CHANGEABLE uW4-2L MESSAGE SIGN B 4-5R GENERAL NOTES: I 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT C � SPECIFICATIONS. ROAD 2. PRIORITY PASSAGE THROUGH WORK AREA WORK FOR EMERGENCY VEHICLES SHALL BE PROVIDED AHEAD AT ALL TIMES. 3. CONTRACTOR SHALL ALERT METRO TRANSIT W20-1 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. Pcms S. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"x48" BLACK ON ORANGE MINIMUM TAPER LENGTH =L (FEET) UNLESS OTHERWISE SPECIFICED. ( LANE WIDTH POSTED SPEED (MPH) 7. CHANNEUZATION DEVICES ARE STANDARD TRAFFIC CONES. (FT) 25 30 35 40 45 8. ALL SPACING MAY BE ADJUSTED TO 10 105 150 205 270 450 ACCOMMODATE AT GRADE INTERSECTIONS 11 115 165 22.5 295 495 AND/OR DRIVEWAYS. 12 125 1 B0 245 320 540 9. CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES 7 BUS4NESS DAYS IN ADVANCE OF START OF WORK ON SE 240 ST, 10. SPOTTERS SHOULD BE CONSIDERED TO WARN/DIRECT DRIVEWAY USERS. 2017 PLASTIC Bltr°� MARKINGS PROJECT w CITY ERlOF rmr w .��, T SCALEYdTS EXHIBfT DEPARTMENT DATE MAR 2016 R LANCE I I t I IL i CHANNELIZATION D �. EVICE SPACING (FEET) id .,---WORK VEHICLE TAPER TANGENT (OPTIONAL) 20 20 ..,. DISTANCE a ROAD TYPE BETWEEN SIGNS —' ARROW BOARD A B m (FLASHING CAUTION) URBAN 25/30 MPH 200 FT 200 FT URBAN STREETS RESIDENTIAL & ® f BUSINESS DISTRICTS 350 FT 350 FT 35/40 MPH RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A LANE MINIMUM TAPER LENGTH =L (FEET) CLOSED LANE WIDTH POSTED SPEED (MPH) AHEAD (FT) 25 30 35 E32 45 10 105 150 205 450 4W20-1 11 115 165 225 495 12 125 180 245 540 i I GENERAL NOTES: PCM S7 1. ALL SIGNS AND SPACING SHALL CONFORM LEGEND 1 TO THE MUTCD AND CITY OF KENT �:Z SIGN LOCATION SPECIFICATIONS. (TEMPORARY MOUNT) 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED g TEMPORARY TRAFFIC AT ALL T1MES, CONTROL DEVICE (CONES) 3. ALERT METRO TRANSIT S BUSINESS DAYS IN ADVANCE OF IMPACTING BUS STOPS. If7. ARROW BOARD 4. PROTECTIVE VEHICLE RECOMMENDED—MAY BE A WORK VEHICLE. (FLASHING CAUTION) 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. ALL SIGNS 48"x48" BLACK ON ORANGE UNLESS l PROTECTIVE/WORK OTHERWISE SPECIFIED, 'VEHICLE 7. CHANNELIZA11ON DEVICES ARE STANDARD TRAFFIC CONES, P, S PORTABLE CHANGEABLE 8, ALL SPACING MAY BE ADJUSTED TO MESSAGE SIGN ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS 9. ALERT AFFECTED RESIDENTS AND BUSINESSES 2017 PLASTIC MARKINGS PROJECT CITY OF KE N T SCALE ITS E1cr+Ielr ENGINEERING DEPARTMENT DATE MAR 2016 V! i LAIV 1 t ( i PREVAI LI NG WAGE RATES 2016 Plastic Markings/Araucto A - 5 April 5, 2017 Project Number: R00602 vage i or i i State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/25/2017 -County Trade Job Classification Wage Holida Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1H 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 $55.511 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 Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F httns-//fnrtrecs_wa_nnv/lni/wanPlnnkiin/nrvWanPlnnhiin Acnx d/d/?n17 rcdyc ui i i King Dredge Workers Leverman, Hydraulic $58.67 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 1 H 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 $31.001 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 1y King Heat Et Frost Insulators And Journeyman $65.68 5J 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 1K King Inland Boatmen Cook $56.18 5B 1 K httns-//fortress_wa_aov/Ini/waaelookun/nrvWanelookun_asnx 4/4/2017 rage s or 1 i King Inland Boatmen Deckhand $56.181 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 Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing 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 $45.251 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 $45.251 7A 31 King Laborers Cement Dumper-paving $46.091 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 $45.25 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 httns-//fortrpsc_wa.nnv/lni/wanpinnkiin/nrvWanpinnkiin acne 4/4/?nl7 rdye 1+ Ur 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 (hydraulic,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 $46.091 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 1 $46.091 7A 1 31 httos://fortress.wa.aov/Ini/waaelookur)/orvWaoelookun.asny 4/4/2017 vage5orii King Laborers Pilot Car $38.361 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 Sloper Sprayer $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 Et 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 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 Worker 54.01-60.00 psi httns://fortress.wa_anv/Ini/wanpinnkun/nrvWaaelnnkun.asnx 4/4/?n1 7 rdyt:: o ui 1 i King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8C Worker60.01-64.00 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 8� Worker68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 80 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8�C Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 Tender King Laborers Tunnel Work-Miner $46.76 7A 31 8�C 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 &Topman $45.25 7A 31 >:t Water King Laborers - Underground Sewer Pipe Layer $46.09 7A 31 Ft 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 Tool Maintenance $11.56 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 $53.20 LQ 1R httDs://fortress.wa.aov/Ini/waaelookuD/orvWaaelookuo.asox 4/4/2017 rage i or I i King Playground $ 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 1 $57.721 7A 3C 8P httn-,-//fnrtrPcc_wa nnv/Ini/wanalnnkiin/nr%/%A/anPlnnl-iin ncnx d/d/7nl7 rcayC a 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 813 King Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 813 King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 813 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 813 And Gamaco &t 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 813 Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 813 King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 813 Articulating Off- Road Equipment 45 Yards. Ft Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 813 Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $57.72 7A 3C 813 Locator King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 813 Operator King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 813 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 httos://fortress.wa.aov/Ini/waaelookur)/DrvWaaeIookuD.asr)x 4/4/2017 rage VOTii 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 It 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 Bellman $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 Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators $57.72 7A 3C 8P httns'//fnrtreqs_wa_nnv/lni/wanPlnnlnin/nrvWanPlnnkiin ncnv d/d/7n17 rays Iu vi 1 i 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 It $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 Et Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer &t Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P Underground Sewer >:t Water Equipment King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer &t Water httr)s://fortress.wa.aov/Ini/waaelookur)/r)rvWaaelookUD.aSDX 4/4/2017 rage i i or i i 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 8P 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 8P _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 httos://fortress.wa.aov/Ini/waoelookun/nrvWaoelookun.asnx 4/4/7C11 7 rayu 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 Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et 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 Et 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 Et 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. Et $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 Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Et 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 Et Water $0.50 Per Hour Over Mechanic) https://fortress.wa.aov/Ini/waaelookuD/nrvWaaelookun.asox 4/4/2017 rcaye 13 ul 1 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 Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 8P Underground Sewer Et 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 Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler- Asphalt, Crusher $57.72 7A 3C 8P Underground 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 Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower- No Cab, Under $55.21 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $57.72 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Underground 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 httns://fortress.wa.nov/Ini/wanelonkun/nrvWanelnokun.asnx 4/4/7f117 rage L'+ OT 1/ Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et 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 Et 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 I* 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 X 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $58.69 7A X 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A 3C 8P Underground Sewer Et Water httns://fortress.wa.aov/Ini/waaelookur)/orvWaaelookun.asnx 4/4/2017 rdye lJ UI 1/ King Power Eguipment 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 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $50.26 5A 1 M 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 It Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King IShipbuitding, Et Ship Repair Electrician $41.09 7T 4B httos://fortress.wa.00v/Ini/wanelnokun/nrvWanelnnk in-agnx 4/4/7f)17 rays iU Ui If King Shipbuilding Et Ship Repair Heat Et Frost Insulator $65.681 5J 4H King Shipbuilding 8t Ship Repair Laborer $41.08 7T 4B King Shipbuilding Et Ship Repair Machinist $41.32 7T 4B King Shipbuilding Et Ship Repair Operator $41.03 7T 4B King Shipbuilding Et Ship Repair Painter $41.05 7T 4B King Shipbuilding Et Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding Et Ship Repair Rigger $41.12 7T 4B King Shipbuilding l3 Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding Et Ship Repair Trucker $41.26 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.02 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers it 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 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B 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) hffn-,-//fnrt•resq_wa_nnv/Ini/wanelnnkun/nrvWanelnnkun_asnx 4/4/?nl7 rdyi-- 1/ ul 1/ 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 1 M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $41.09 5A 1 B 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 Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers httnc•//fnrtrPcc wa nnv/Ini/wanPlnnhi in/nrvWanPlnnki in acnY d/d/7f11 7 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. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half 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. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two(2) hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2) times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2017 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 Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas, and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 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'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 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'-$1.00 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 � �//M�1����! REQU 5 OR. AVOR'S SS4NAYURE ��I KEN'f a ee�o . .. mme a�•veavesrs m oerse KN,W �: Qe ��a��d e o, �,4 ,, yea Sien�gY petnek�BkiPmg Goy ..n s/+a vor GQ1�XC r0.avar::.. RAte M�.. s ..d:m�ros. . ey k a�tx meem woaoz e6a t Mb tta ms s na,,p ��ys ov r p �m o : �n sma A. ��am .� :ch ,,,,, +nY i is pSl].. Ofical N he P9eypc � III �� I — ����� V'LL`iHuat � AIA� 30 I e mwm.0 �� ,. r._ a Fe�,a,�mroMa,�� 5/3�/i�: . • KENT Agenda Item: Bids - 96 WASH INGTON TO: City Council DATE: May 16, 2017 SUBJECT: 2017 Plastic Markings - Award MOTION: Award the 2017 Plastic Markings Project to Stanley Patrick Striping, Co., in the amount of $172,695, 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 installing permanent signing at 76th Avenue South, installing new and refreshing existing plastic pavement markings, including stop lines, crosswalks, traffic arrows, and traffic letters on various city of Kent streets. The Engineer's estimate for this project is $278,100. EXHIBITS: Memo dated April 25, 2017 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The project will be paid out of the B & 0 funds planned for this purpose.